Loading...
2270 IFB 19/20-46 Sanford Park Restroom RemodelT'o: City Clerk/Mayor RE: 1FB 19/20-46 Sanford Park Restroom Remodel The item(s) noted below is/are attached and forwarded to your office for the following action(s): F-1 Development Order ❑ Mayor's signature R Final Plat (original mylars) ❑ Recording F-1 Letter of Credit ❑ Rendering ❑ Maintenance Bond Z Safe keeping (Vault) ❑ Ordinance E] 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: Fully executed agreement, proposal, NOA, NTP L-E,vt.ol�.Q,y r3ojao�zi4ev- From SharePoint—Finance PurchasingForms - 2018.doc 10/15/2020 Date �YN L c/r,o, um�PqF0]U) � nw^w�oow^nE� �1 ^ /-��' &�1���/ SECTION 00520 1'01 THIS AGREEMENT' made and entered into the day ofenAy- bvand between the City of Sanford, Florida, 306 North Park AveAue, Sanford, Florida 32771' a municipal corporation of the State of Florida, holding tax exempt status, hereinafter referred to as the "CITY" (also referred toas"CWNER.\and Orange Avenue Enterprises, LLC. Hereinafter referred to as the "CONTRACTOR". The CITY and the CONTRACTOR are collectively referred haherein oathe Parties. 1-02 The Chwmmr and Contractor Agree as Follows: A. The Contract Documents include the Agreement, Addenda (which pertain to the Contract Dooummnhu), Contractor's Bid, Notice to Proceed' the Bonds' the General Conditions, the Supplementary Conditions, the Specifications listed in the Index to the Project Manual, any technical specifications as incorporated by the Project K8enue|; the Dxovvin0o as listed in the Project Manual, all Written Amendments, Change Orders, Work Change Directives, Field Orders, Engineer's vvrMmn interpretations and clarifications issued on or after the Effective Date of this Aonaernent, and all documents which are fully a pad 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, furthor, agreed to be incorporated into the Contract as if fully set forth therein verbatim. The Contract Documents include: 1. 2. 3. 4. 5. 6. 7. 8. S. 10. 11. 12. 13. 14. 15. Section OO41OContractor's Bid. Section OO42OBid Bond Form Section OO432Non Collusion Affidavit Section O0434Conflict ofInterest /0fidavit Section OO43OFlorida Public Entities Crime /#ffidavit Section OO438Compliance With the Public Records Law Affidavit Section OO44OBidder Qualification Affidavit Section 00442 Receipt of Exempt Public Records and Aonaomnont Safeguard (Executed Form) Section UO45OCert. Non -Segregated Facilities Section OO452Disputes Disclosure Section OO454Drug Free Workplace /Wffidavit Section D0456Unauthorized (U!ege|)Alien Worker /#ffidavit Section O0458E-VehfvCompliance Affidavit Section O046OADA /Vfidavit Section 00402 Financial Information (Executed Form) (if Required city}. Section OO4O3Florida Trench Safety Act Statement (If Required byCity Section OO5O5Notice ofIntent toAward Section OO51ONotice ofAward Section O052OExecuted, Agreement Form. to by The Project Manual. Note the Index (starting on page number 00010-1 of the Project Manual) includes all instnunhone, tenns, general and AGREEMENT520 |FB19/2D-46 Sanford Park ResnoomsRemodel 0 SXKF0RD FINANCE DEPARTMENT pertaining to the Project. projects where this form is not required, it will be excluded from the forms in 'the PI-V-Jec,'L Manua, and V-101it' nott be a fol—ti-t I-G-4-ulf-aud to be executed by the Bidder/Contractor. ILIVII VV1.11J%J #V\JtI to I U 23. Section 00605 Performance Bond STA A 1`11'IG 4^ I-)-.......- 87..--I l'o--I 2-r. ;tNtut I UVU IV I Zk.. , It wnu 25. Section 00615 Material and Workmanship Bond ,Ia. CIO-J-bi- nnC -1 -7 I -C;,- - -f SUraf- 4, Finall Paymnent 'Exacut" r-*--\ tIU I Set t4 UVW It � L VI LY LO I L kL-^ L�-U I ut I 11) 27. Section 00618 Insurance Certificate(s) j2°Cle-1; A r1% "Cabon -f- Payment (Execut -4 Forrns\ . %.I Cuo V%J ZZI U I ppn It I Iur teu a 29. Section 00626 Certificate of Substantial Completion 30. Section 00627 Certificate of Fin Completion 31. Section 00640 Contractor's Partial Release of Lien (Executed Forms) 32. Section 00641 Subcontractor's Final Release of Lien (Executed Forms) 33. Section 00644 Subcontractors Partial Release of Lien (Executed Forms) 34. Section 00645 Contractor's Release of Lien (Executed Forms) 35. Section 00950 Change Order (Executed). 36. Addendum Receipt Acknowledgement Certification 37. Reference Form 38. Organization Information 39. Proposed Scheduled of Subcontractors Participation 40. Price Proposal Form 41. 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. ENIIEZ•�_ • I M The Contractor shall perform all work required by the Contract Documents for the construction of the IFB 19/20-46 Sanford Park Restrooms Remodel 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 1.02.0.5 of the Bid Form, which is 180 calendar days. The work shall be finally complete, ready for Final Payment in accordance with the General Conditions, within 30 calendar days from the actual date of substantial completion. AGREEMENT 520 lFB 19/20-46 Sanford Park Restrooms Remodel J1111KI1561 0.3 SXRFORD FINANCE DEPARPAENT, D. Liquidated Damages OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not substantially complete within the time specified in Paragraph C above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense and difficulties involved in proving in a legal arbitration proceeding the actual loss suffered by OWNER if the Work is not substantially complete on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER $ 1000.00 for each calendar day that expires after the time specified in Paragraph C for substantial completion until the work is substantially complete. It is agreed that if this Work is not Finally completed in accordance with the Contract Documents, the CONTRACTOR shall pay the OWNER as liquidated damages for delay, and not as penalty, one-fourth (1/4) of the rate set forth above. E. Contract Price Unit Price Contract The Owner will pay the Contractor in current funds for the performance of the work, subject to additions and deductions by Change Order and subject to the Measurement and Payment Provisions, and subject to actual constructed quantities; the Total Contract Price of $180,000.00. Payments will be made to the Contractor on the basis of the Schedule of Unit Prices included as part of the Bid, which shall be as fully a part of the Contract as if attached or repeated herein. F. City of Sanford Tax Recovery The CONTRACTOR shall cooperate with the CITY in the implementation of the CITY's tax recovery program and, to that end; the CITY may make purchases directly under its purchase order processes relative to various materials, supplies and equipment that may be part of the services provided under this Agreement. The CONTRACTOR hereby recognizes the right of the CITY to engage in tax recovery/savings through direct purchases. G. Payments The Owner will make payments as provided in the General Conditions and Supplementary Conditions. H. Retainage In accordance with the provisions of the State of Florida Local Government Prompt Payment Act the value of each application for payment shall be equal to the total value of the Work performed to date, less an amount retained, and less payments previously made and amounts withheld in accordance with the General Conditions and Supplementary Conditions. Retainage for this project is 10%, to be held by Owner as collateral security to ensure completion of Work. When the AGREEMENT 520 lFB 19120-46 Sanford Park Restrooms Remodel SXi4FORD FINANCE DEPARTMENT Work is 50 percent complete, defined as being 50 percent complete based on the construction progress schedule as updated during construction, and expenditure of at least 50 percent of the total updated construction cost, retainage shall be reduced in accordance with State law. 1. Architecture The Project has been designed by Powell Studio Architecture referred to in the documents as the Architecture. 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 AGREEMENT 520 lFB 19/20-46 Sanford Park Restrooms Remodel uy� FINANCE DEPARTMENT manner, ovhat000ver. The CONTRACTOR is to be and shall remain forever an independent contractor with respect to all services performed under this Agreement. 8. Persons employed by the CONTRACTOR in the provision and performance of the goods and/or services and functions pursuant to this Agreement shall have no claim to pension, workers' compensation, unemployment compensation, civil msmioe or other employee rights or privileges granted to the C<TY'a offimane and employees either by operation of law orbythe CITY. 9. Noclaim for goods and/or services furnished bvthe CONTRACTOR not specifically providedfor herein shall b3honored bvthe CITY. 10. Execution ofthis Agreement by the CONTRACTOR is representation that the CONTRACTOR is familiar with the goods and/or services hobe provided and/or performed and with local conditions. The CONTRACTOR mhoU 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 inthis Agreement and that itiewell acquainted with the components that are properly and ousbnn)ah|y included within such projects and the requirements of laws, ordinance, rules, regulations or orders ofany public authority orlicensing entity having jurisdiction over the CIlYs Projects. 11. Quality, Professional Standards, and Security Requirements a. Under this paragraph 11,the term "CONTRACTOR'S employees" shall include R'S agents, employees and SUBCONTRACTORS extending boSUBCONTRACTORS 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 ofall services furnished bvthe 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, atmminimum, provides the name cfthe employee and the CONTRACTOR. C. The CITY reserves the right to require the CONTRACTOR to provide to the CITY list of employees working mnthe Also, the list shall include employee working days, times and assignments within forty-eight (48) hours of the C|TY'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'Spremises and/or work sites. AGREEMENT520 1FB19/20-4MSanford Park RestroomsRemmdei 0 oR FORD FINANCE DEPARTMENT d. The CONTRACTOR shall comply with Section 2-67ofthe Sanford City Code aahrelates tusecurity screenings ofprivate contractors and ernnkzvegS of private oontnaobomo' The CONTRACTOR shall cause each person found by the City Commission to be functioning inaposition critical tothe security and/or public safety of the CITY by reason of ecCeSg to any publicly owned or operated facility toundergo the following inquiries and procedures conducted bvthe City ofSanford: 1\ Fingerprinting inaccordance with the pre-employment procedures; 2\ Submission of the fingerprints to the Florida Department of Law Enforcement for state criminal history evaluation; and 3\ Submission of the fingerprints to the Federal Bureau of Investigation for anational criminal history evaluation. e. Such confidential information shall be used by the CITY to determine e person's eligibility to function in such critical employment posdiun(;)eadescribed. Additionally, the CITY may request and the CONTRACTOR shall provide the name, address and emoa| security number and licenses (driver's, oonnnnemoie| drivers license orCDL, orother operator's license) for employees of the CONTRACTOR endfor SUBCONTRACTORS that may work on the C}TY`a premises in positions found by the City Commission tobecritical tothe security and/or public safety ofthe 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 addnems, social security number and/or licenses they shall not be allowed to work or continue to work insuch critical positions. The CONTRACTOR shall work closely with the CITY cmall aspects of the provision of the goods mod/or services. With respect to services, the CONTRACTOR shall be responsible for the professional quality, technical accuracy, competence, methodology, accuracy and the coordination ofall oƒthe following which are listed for illustration purposes and not maolimitation: duuurnentm, ana|ysiS, nepoha, data, plans, p|o[s, rnapo, surveys, specifications, and any and all other services ofwhatever type Dr nature furnished by the CONTRACTOR under this Agreement. The CONTRACTOR Gh8U' without additional oornpenoahon, 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 C[)Nl'R/VCT(]R's submissions in response to the subject bid or procurement processes one incorporated herein by this reference thereto' AGREEMENT 520 lF818/20-48Sanford Park RestroomsRemmde 12. Neither the CITY'S review, approval [nacceptance of, nor payment for any of the goods and/or services required ohall be construed to Vponaba as a waiver ofany rights under this Agreement o,ofany cause ofaction arising out ofthe performance ofthis Agreement and the CONTRACTOR shall bgand remain liable hmthe CITY inaccordance With applicable law for all damages to the CITY caused by the CONTRACTOR negligent or improper performance or failure to peMbmn any of the goods encKOr services furnished under this Agreement. 13. The rights and remedies nfthe CITY, provided for under this are inaddition toany other rights and remedies provided by law. 14' Time is of the essence in the performance of all goods and/Or services provided bvthe CONTRACTOR under the terms mfthis 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 (3O) days ofreceipt bvthe CITY. 16. The CONTRACTOR will be notified of any disputable items contained in invoices submitted by the CONTRACTOR within fifteen (15) days of receipt bvthe CITY with anexplanation cfthe deficiencies. 17. The CITY and the CONTRACTOR will n»@h8 every effort Co resolve all disputable items contained inthe C0NTRACTUFyainvoices. 18. Each invoice shall reference this Aoneeomord, 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 ineninvoice. 20. Invoices any 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 ochistherdesignated 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, mrhis/her designated representative, ShGU have the following responsibilities: m. Examination of all work and rendering, in writing, decisions indicating the C|TY's approval or disapproval within e reasonable time ouasnot tomaterially delay the work ofthe CONTRACTOR; b. Transmission of ineboctiono, receipt of infonnsdion, and interpretation and definition of CITY'S policies and decisions with respect to design, mn8teha{o, and other matters pertinent to the work covered tmthis Agreement; AGGBMENT520 lFB 19120-46 Sanford Park Reatnooms Remodel onm 0 FORD FINANCEDEPARTMENT C. Giving prompt written notice to the CONTRACTOR whenever the CITY official knows of a defect or change necessary inthe project; and d. Coordinating and managing the CUNTRACT[)F[spreparation mf any necessary applications togovernmental bodies, tuarrange for submission ofsuch applications. 23. Until further notice from the City Manager the designated representative for this Agreement is: Robert Beall, Project Manager City ofSanford P.[].Box 1788 Sanford, Florida 32772 24. CITY may terminate this Agreement for convenience sdany time orfor any one (1) or more of the reasons as follows: o' If, in the CITY's opinion, adequate progress isnot being made bv the CONTRACTOR due to the CONTRACTOR 'a failure to perform; or b. If, in the C[FY's opinion, the qu@|Na of the goods and/or services provided by the CONTRACTOR is/are not in conformance with commonly accepted professional St8ndarda, standards of the CITY, and the requirements of Federal and/or State regulatory agencies, and the CONTRACTOR has not corrected such deficiencies in a Mnne!y manner as reasonably determined by the C|TY'. or C. The CONTFACTOR, or any employee or agent of the C{}NTRACT{)R, is indicted or has @ direct charge issued against him for any crime arising out of or in conjunction with any work that has been performed bythe CONTRACTOR; or d. The CONTRACTOR becomes involved in either voluntary or involuntary bankruptcy proceedings, or makes an assignment for the benefit oƒcreditors; or w' The CONTRACTOR violates the Standards of Conduct provisions herein or any provision Of Federal, State or |000! |axv or any provision cfthe ClTY'aCode ofConduct. 25. In the event of any of the causes of termination, the C[TY'u designated representative may send a certified letter to the CONTRACTOR requesting that the CONTRACTOR show cause xvhv the Agreement should not be terminated. If assurance satisfactory to the CITY of corrective measures tobemade within areasonable time ianot given to the CITY within seven /7\calendar days ofthe date Vfthe letter, the CITY may consider the CONTRACTOR to be in default, and may then immediately terminate this Agreement. 28. 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 PurchaseA(VcrkOrder shall bedeemed terminated for convenience by the AGREEMENT 520 lF1319D0-4dSanford Park RastnzmmsRemodel onm 0 FORD FINANCE DEPARTMENT CITY and the CITY shall have the righthoso terminate this Agreement without any recourse bvthe CONTRACTOR. 27' The CONTRACTOR may terminate this Agreement only ifthe CITY fails tUpay the CONTRACTOR inaccordance 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 inb*nsmt' in vmibno of deficiencies or default in the oodorrnanma of its duties under the Agreement and the CONTRACTORshall have ten /10\ days to correct same or to nSqueet, in mxiing, m hearing. Failure of the CONTRACTOR to remedy said specified items of deficiency or default in the notice bveither the C/TY~S designated representative within ten (1O)days ofreceipt mfsuch notice Ofsuch decisions, shall result inthe termination ofthe Agreement, and the CITY shall herelieved ofany and all responsibilities and liabilities under the terms and provisions of the Ammamamd. 29' The CITY shall have the righttotennhnatethisAoreenlentvvdhoutoeuse with @ sixty (6Oday written notice tothe other pGdy. The CITY reserves the rightbz&anninahyanyAgreernonthorcauSevuitbafivm/5\deywrKƒen notice b»the CONTRACTOR. Notice shall beserved tothe parties as specified |nthe Agreement. 30. In the event that this Agreement ia hannioetod' the CITY shall identify any specific work tobecontinued tocompletion pursuant h»the provisions Of this Agreement. 31' In the event that after the CITY termination for Ceua* for failure of the CONTRACTOR to fulfill its obligations under this Aon»mrnent it is found that the CONTRACTOR has not so failed, the termination shall be deemed 00have been for convenience and without cause. 32' In the event this Agreement is terminated or cenom|od prior to final completion without cause, payment for the unpaid portion [fthe services provided by the CONTRACTOR to the date of termination and any additional aenAcesshall bepaid hmthe CONTRACTOR. 33. Upon receipt Qfnotice oftermination, given byeither party, the terminated party shall promptly discontinue the provision nfall goods and/or services, unless the notice provides otherwise. 34' The performance or provision of the C{}NlFRACTOR'a 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 pnmi8km of the CONTRACTOR services hereunder, the QTY ohoU so notify the CONTRACTOR in writing, such suspension becoming efheoUwa within seven (7) days from the date of mailing, and the CITY shall pay b»the AGREEMENT 520 IFB19120-46 Sanford Park Resto*oms Remodel 0 SXKFORD FINANCE DEPARTMENT CONTRACTOR within thirty (30) days all compensation which has become due to and payable to the CONTRACTOR to the effective dote of such suspension. The CITY shall thereafter have nofurther obligation for payment tothe CONTRACTOR for the suspended provision of goods and/or omnvicgS unless and until the CITY'e 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 bythe CONTRACTOR. 36. Upon receipt of written notice from the CITY that the provision of goods and/or services hereunder are to be resumed, the CONTRACTOR shall continue toprovide the services tothe 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 affinnodma steps to ensure that applicants are employed and employees are treated during employment without regard to mooe, color, religion, sex, age, national origin ordisability. This provision shall include, but not be limited to, the following: mnnphzyrnent, 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 ofthe Federal government issued thereunder, and any and all requirements ofFederal orState law related thereto. 38. Indemnity and Insurance a. To the fullest extent permitted by law, the CONTRACTOR shall indemnify, hold harmless and defend the CAY, its agents, servants, officers, officials and employees, orany of them, from and against any and all claims, damages, |oeaea. and expenses including, but not limited to, attorney's fees and other legal costs such as those for pora|oge|, investigative, and legal support nemioem, and the actual costs incurred for expert witness besbrnony, arising out of or resulting from the performance or provision ofservices required under this Agreement, provided that same is caused in whole or in part by the error, o0ission, negligent act, failure to aot, breach of contract nb|igadion, malfeasance, cfficana' 0fficia|o, employees, or aubCON7[R/\CTORa' Additionally, the CONTRACTOR accepts responsibility for all damages resulting in any way related to the performance of work. In no e/ent, shall either party be responsible orliable hothe other for any incidental, consequential, orindirect damages, whether arising bvcontract ortort. 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. AGREEMENT520 lFB«9/2V-46 Sanford Park RestroomsRamode C. Nothing herein shall tmdeemed to affect the rights, privileges, and immunities of the CITY as set forth in Section 708.28. Florida d. In claims against any person or entity, indemnification under this Section by an employee of the CONTRACTOR or its agents or subCONTF0\CTORe' anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation VnderthioSe:tionsho||notbm|irnibydby a limitation on amount or type of dameges, compensation, or benefits payable bvorfor the CONTRACTOR or its agents or subC[)NTFACT{]Ro' under VVmrhen; 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 bJinsurance coverage. The CONTRACTOR shall submit a report to the CITY within (24) hours of the date of any incident neeuhhlo in damage or which is reasonably likely to result in o claim of 39. The CONTRACTOR shall obtain orpossess and continuously maintain the insurance coverage 8sset forth and required hxthe bid documents. 48. All insurance other than Workers Compensation and Professional Liability that must bemaintained bvthe CONTRACTOR shall specificallyinclude the CITY as an additional insured. 41. The CONTRACTOR shall provide Certificates mfInsurance hVthe CITY evidencing that all such insurance imh)effect priorb»the issuance ofthe first Purchase/Work {}njer under this Agreement from the CITY. These Certificates of Insurance shall become part of this Agreement. Neither approval bVthe CITY nor failure hodisapprove the insurance furnished by m CONTRACTOR shall relieve the CONTRACTOR of the C{]NTRACT[)R's full responsibility for performance of any obligation including the C[)NTRACT{3R'a 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 ofAuthority, (2)nmlonger comply with Section 440.57, Florida Statutes, or (3) fail to maintain the requisite Best's Rating and Financial Size Category. the CONTRACTOR ahaU, as aopR 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 macdacod the unacceptable insurer AGREEMENT520 IFB19/2o~46 Sanford Park RestroumsRemodel with insurance acceptable to the CITY, the CONTRACTOR shall be deemed tubeiDdefault ofthis Agreement. 42. The insurance coverage shall contain a provision that requires that prior toany changes inthe coverage, except increases iRaggregate coverage, thirty (30days prior notice will be given to the CITY bysubmission of new Certificate ofInsurance. 43. The CONTRACTOR shall furnish Certificates ofInsurance directly tothe CIT -Y's Designated Representative. The certificates shall clearly ind|osba that the CONTRACTOR has obtained insurance of the typa, amount and classification required bvthis Agreement. 44. Nothing in this Agreement or any @CdVn relating to this Agreement shall be construed as the QTY's waiver mfsovereign immunity beyond the limits set forth inSection 788.28,Florida Statutes. 45. The CITY ShmU not be obligated or liable under the 1ennn of this Agreement to any party other than the CONTRACTOR. There are no third party beneficiaries @0this Agreement. 48' The CONTRACTOR is an independent contractor and not an agent, representative, oremployee ofthe CITY. The CITY shall have noliability except asspecifically provided inthis Agreement. 47. All insurance shall be primary to, and not contribute with, any insurance orself-insurance maintained bythe CITY. 40. 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 peraon, company, oorporadon, individual or firm other than a bona fide employee working solely for the CONTRACTOQ, 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 cmthe grounds nfrace, color, religion, sex, or national origin in the performance of work under this Agreement mviolate any laws pertaining to civil rights, equal protection or 50. The CONTRACTOR hereby Certifies that no undisclosed /in conflict of interest exists with respect to the Agreement, hlouding, but not limited to, any conflicts that may bedue tmrepresentation nfother clients, customers or veRdeem' other oon[naobue| relationships of the CONTRACTOR, or any interest in property that the CONTRACTOR may have. The CONTRACTOR further certifies that any conflict ofinterest that arises during the &ann of this Aomggn)erd shall be immediately disclosed in writing to the CITY. Violation of this Section shall be considered as justification for immediate termination of this Agreement. AGREEMENT520 0F819/20-4sSanford Park GesmmenmRemodel 1111MIM� 0 S ORD mn� 51. The CONTRACTOR SbaW ensure that all taxes due from the CONTRACTOR are paid iO8timely 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 assigneddutkasor is demonstrating improper conduct pursuant to any assignment or work performed under this Agreement, the CITY shall so notify the C[)NTF6ACT(]R, in writing. The CONTRACTOR shall immediately remove such employee or representative of the CONTRACTOR from such assignment. 53. The CONTRACTOR ahmU 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 ooUnv in a000njmnca with Section 287.0878. Florida Statutes. Failure to submit this certification may result intermination. 55' If the CONTRACTORoronoffiUate is placed Onthe convicted vendor list following 8 conviction for a public entity crime, such action may result in termination by the CITY. The CONTRACTOR shall provide acertification of nonnpUanoa regarding the public crime requirements set forth in State law upon request bvthe CITY. 58. The CITY reserves the right to unilaterally hern7in8hm this Agreement if the CONTRACTOR refuses tpallow public access 10all documents, papers, letters, or other materials subject to provisions of Chapter 119, Florida Sbatutes, and other opo|ioab|w |@w, and made or received by the CONTRACTOR in conjunction, in any way, with this Agreement. 57. The CONTRACTOR shall comply with the requirements ofthe Americans with Disabilities Act (ADA), and any and all related Federal or State laws which prohibits discrimination bvpublic and private entities onthe basis of 58. The CITY will not intentionally @vVanj contracts to any contractor who knowingly ennokova unauthorized alien workers, constituting u violation of the employment provisions contained in 8 U.S.C. Section 1324a(e) Section \ of the Immigration and Nationally Act /0VA\. The CITY shall consider the employment by the CQhjTHACTC}Fl 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(a) of the /NA shall be grounds for immediate termination ofthis Agreement bvthe CITY. 59. The CONTRACTOR agrees to comply with Federal, State, and local environmental, haa0l, and safety laws and nagu|8bVno applicable hnthe AGREEMENT 520 IFB 19128-46 Sanford Park RestroomsRemmde{ goods and/or services provided tQthe CITY. The CONTRACTOR agrees that any program or initiative involving the work that could adversely affect any personnel involved, citizens' nesidenba, uSero, neighbors or the surrounding environment will ensure compliance with any and all employment safety, environmental and health laws. 00. The CONTRACTOR shall ensure that all goods and/or services are provided bzthe CITY after the CONTRACTOR has obtained, atits sole and exclusive expense, any and all permits, licenses, permissions, approvals orsimilar consents. 61. If applicable, in accordance with Section 218.347. Florida Sb3b/teo. the CONTRACTOR shall not use funds provided by this Agreement for the purpose oflobbying the Legislature, the judicial branch orState agency. 62. The CONTRACTOR shall advise the CITY in writing ofltwho has been placed on a discriminatory vendor list, may not submit e bid on a contract to provide goods or services to a public gntit/, or may not transact business with any public entity. 03' The CONTRACTOR shall not engage in any action that would cneoba a conflict of inban*St in the performance of that motions of any CITY employee or other person during the course of performance of, or otherwise related to, this Agreement or which would vkdota or cause others boViolate the provisions of Part IU. Chapter 112, Florida Sbab/bpo. relating boethics ingovernment. 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. 85. The CONTRACTOR mheU maintain and allow access to the records required under this Section for a rninirnurn period of five (5) yaono after the completion of the provision or performance goods and/Or services under this Agreement and date of final payment for said goods and/or services, ordate nftermination ofthis Agreement. 06. The CITY may perform, [xcause tohave performed, mnaudit ofthe records of the CONTRACTOR before or after final to support final payment under any Purchase/Work Order issued hereunder. This audit shall be performed at e time mutually agreeable to the CONTRACTOR and the CITY subsequent tuthe close ofthe final fiscal period in which goods and/or services are provided or performed. Total compensation tothe CONTRACTOR may be determined subsequent to an audit as provided for inthis SeCbon, and the total compensation mo 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. AGREEMENT520 11713 19/20-46 Sanford Park RestrommsRemode| 0 vn4 FINANCE DEPARIMENT 67' In addition to the above, if Federal, State' County or other entity funds are used for any goods and/4r services under this Agreement, the Comptroller General ofthe United States orthe 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 gcx}dS and/or aon/imas provided Or performed under this Agreement for purposes of making audit, examination, excerpts, and transcriptions. 88. In the event of any audit or inspection conducted reveals any overpayment by the CITY under the terns of the Agreement, the CONTRACTOR shall refund such overpayment to the CITY within thirty (3O) days ofnotice bythe CITY ofthe request for the refund. 69. The CONTRACTOR agrees tofully comply with all State laws relating tm public records. 70' The CONTRACTOR agrees that if any litigation, claim, oraudit instarted before the expiration ofthe record retention period established above, the records shall be retained until RU |itioEdiOn, dainna or audit findings involving the records have been resolved and final action taken. 71' The CONTRACTOR shall not sublet, assign ortranafGranyintereatinthie Agreement, or claims for the money due or to become due out of this Agreement to e bmnh, trust company, or other financial institution without written CITY approval. When approved by the C|TY, written notice of such assignment orbonafershaUbefu0mishgdpn}mpi|vb]theC|TY. 72. Any CONTRACTOR proposed subcontractors shall bosubmitted tothe CITY for written approval prior to the CONTRACTOR entering into a subcontract. Subcontractor information shall include, but not be limited to, State registrations, business address, occupational license tax proof of payment, and insurance certifications. 73' The CONTRACTOR ahoU coordinate the provision of goods and/or services and work product 0fany CITY approved aubcontnactors, and nsnnoin fully responsible for such goods and/or services and work under the terms ofthis Agreement. 74. Any subcontract shall be in writing and shall this Agreement and require the subcontractor to assume parhonn@nma of the CONTFACTOR's duties commensurately with the CONTRACTOG'n duties tothe CITY under this Agreement, itbeing understood that nothing herein shall inany way relieve the CONTRACTOR from any ofits duties under this Agreement. The CONTRACTOR shall provide the CITY with executed copies ofall subcontracts. 75. The CONTRACTOR shall reasonably cooperate gtall times with the CITY and other CRY contractors and professionals. 76. This Agreement is to be governed by the laws of the State of Florida. AGREEMENT 520 lFB19/20-46 Sanford Park R*ntroomsRemodei T[ Venue for any legal related tothis Agreement shall be in the Eighteenth Judicial Circuit Court inand for Seminole County, Florida. 78. This Agreement is the result of bona fide onnS length negotiations between the CITY and the CONTRACTOR and all parties have contributed substantially and materially bothe 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 b;the extent that performance Ofsuch obligations, orany of them, isdelayed nrprevented by Force Majeure. Force Majeure shall include, but not be limited to, hostility, bSrnzhsnn` revolution, civil commotion, strike, epidemic, fire, flood' wind, e8dhquake, explosion, any |aVv' prOclanladon, nagulation, or ordinance or other act of government, or any act o/ 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 in beyond the control and without the fault nrnegligence of the party seeking relief under this Section. 80' This Agreement, together with the if any, constitutes the entire integrated Agreementbetween the CITY and the CONTRACTORond 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 hamebo, constitute the full and complete ggnaernerd between the parties hereto to the date henaof, and supersedes and controls over any and all phmr agreements, understandings, nepresent@UVne, correspondence and statements whether written ororal. ' 81. This Agreement may only bmamended, supplemented or modified by formal written amendment. 82. Any alterations, amendments, deletions, mrwaivers mf the provisions of this Agreement SheU be valid only when expressed in writing and duly signed by the parties. 83' Written notice requirements ofthis Agreement shall bestrictly construed and such requirements are condition precedent to pursuing any rights or remedies hereunder. The CONTRACTOR agrees not to claim any vv8kner by CITY of such notice requirements based upon CITY having actual knowledge, implied, verbal or constructive notice, lack 0fprejudice orany other grounds agosubstitute for the failure ofthe CONTRACTOR to comply with the express written notice requirements herein. Computer notification (e-mails and rHessmQo boards) mhoU not constitute proper written notice under the terms ofthe 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 AGREEMENT520 UFB19120-46 Sanford Park RestroomsRemodel construed asuwaiver ofany such provision or right and the same shall continue hmforce. 85. In no event shall any obligation of the CITY under this Agreement be or constitute o general obligation or indebtedness of the CD`f, e 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 VfFlorida orany 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 Ofthe CITY. 87' Each exhibit referred toand attached hmthis Agreement iscmessential pad of this Agreement. The exhibits and any amendments or revisions thereto, even ifnot physically attached hereto, shall betreated osifthey are part ofthis Agreement. 88' The Section headings and captions of this Agreement are for convenience and reference only and in noway define, Unnit, describe the scope orintent ofthis Agreement Orany part thereof, orinany way affect this Agreement orconstrue any provision ofthis Agreement. 89. Ifany term, provision orcondition contained in this Agreement shall, to any extent, be hokj invalid or unenforceable, the remainder of this Agreement, or the application of such term, provision or condition to persons orcircumstances other than those in respect nfwhich itisinvalid 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 bvlaw when consistent with equity and the public interest. 90. All provisions ofthis Agreement shall be read and applied inpara materia with all other hereof. 91. In the event of a dispute related to any performance or payment obligation arising under this Agreement, the parties agree tmexhaust any alternative dispute nss(dubVn procedures reasonably imposed by the CITY prior tofiling suit orotherwise pursuing legal remedies. 92' The CONTRACTOR agrees that it will file no suit or otherwise pursue legal remedies based on facts or evidentiary ma0ehe|o that were not presented for consideration bothe CITY in alternative dispute resolution procedures orwhich the CONTRACTOR had knowledge and failed to present during the CITY procedures. 93. In the event that CITY procedures are exhausted and a suit |afiled or kygol remedies are otherwise pursued' the parties nh8U exercise best efforts to resolve disputes through voluntary mediation. Mediator selection and the procedures bJbeemployed involuntary mediation shall be mutually acceptable to the parties. Costo of voluntary mediation aheU be shared equally among the parties participating inthe mediation. AGREEMENT520 lFB 19/20-46 Sanford Park RastmomsRemodel cn,n, nNANC*umARIMsm 94. This Agreement may beexecuted inany number ofcounterparts, each uf which shall badeemed an original,butaUnfwhich'bakenbogethe[sheU constitute one and the same document. 95. Mandatory Compliance with Chapter 11S, Florida Statutes, and Public Records Request. |norder tocomply with Section 119.O01'Florida Statutes, public records law, the Contractor must: 1. Keep and maintain public records that ordinarily and necessarily would berequired bvthe City inorder toperform service. 2. Provide the public with access topublic records inthe same terms and conditions that the CITY would provide the records and atu cost that does not exceed the cost provided inChapter 119, Florida Statutes, orosotherwise provided bylaw. 3. Ensure that public records that vxeexempt orconfidential and exempt from public records disclosure requirements are not disclosed except as authorized bylaws. 4. Meet all requirements for retaining public records and transfor, at nocost, tothe CITY all public records inpossession ofthe CONTRACTOR upon termination ofthe contract and destroy any duplicate public records that are exempt nrconfidential and exempt from public records disclosure requirements. All records stored electronically be provided to the City in oformat that is compatible with the information technology systems ofthe CITY. 5. |fthe CONTRACTOR does not comply with apublic records request, the CITY nhoU enforce the contract provision in accordance with this Agreement. O. Failure bythe CONTRACTOR togrant such public access and comply with public records request shall be grounds for immediate unilateral cancellation ofthis Agreement bythe CITY, the CONTRACTOR shall promptly provide the CITY with ocopy of any request bzinspect orcopy public records inpossession ufthe CONTRACTOR and shall promptly provide the CITY with acopy ofthe C[)NTRACTOR'sresponse toeach such request. 7. The CONTRACTOR shall not the following (Agreement Execution page AGREEMENT520 !FB1S/2D-46 Sanford Park RestmomsRemodel i / \ CITL`VY OFF .1 i >" FORD FINANCE DEPARTMENT IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. CONTRACTOR: Oranae Avenue Enterarises. LLC Name of Owner m - �2-o a LORI AULIN ; a° •`�i �r`. Notary Public - State of Florida o: Commission k GG 289332 Anthony Roy, President Date o F� myComI?cf ions 7, z023 Uonded through` a aal/Notary Assn. jqK"-�/Jq Ro -1, Pt2ES IDEA) -r Printed Name a ATTEST: 61j,120 Ronald Dar_brt Date 'RW►Il b 11)A -f0 Printed Name and Title OWNER: Citv of Sanford Nam Own r 6 By(06natu e) Date (SEAL) Art Woodruff. Mavor Printed Name and Title C,�` F0,9 ATTEST: d"n ,...� ilk t�` a ... � ; 4 By (Signature) Date Traci Houchin, City Clerk Printed Name and Title Approved as to form and easufficiency. William L. Colbert Date City Attorney END OF SECTION AGREEMENT 520 IFB 19/20-46 Sanford Park Restrooms Remodel 00520-19 WS 010 FINANCE DEPARTMENT SECTION 00610 NOTICE OF AWARD FORM TO: Orange Avenue Enterprises NAME OF PROJECT: Sanford Park Restroom Remodel The OWNER has considered the BID submitted by you, dated July 9, 2020 for the above described WORK in response to the Invitation for Bids and Information for Bidders. You are hereby notified that your BID has been accepted for BID items in the amount of $180,000.00 . You are required by the Instructions to Bidder to execute the Agreement and furnish the required CONTRACTOR'S Performance Bond, Payment Bond, and certificates of insurance within fourteen (14) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said Bonds and insurance within fourteen (14) calendar days from receipt of this Notice, said OWNER will be entitled to consider all your rights arising out of the OWNER's acceptance of your BID as abandoned and as a forfeiture of your BID BOND. The OWNER will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER. Dated this 26 day of August , 2020 OWNER: City of Sanford (Name of OWNER) By (Signatur2�/ Tom George, DeputyLitManaq r ACCEPTANCE OF NOTICE Receipt and acceptance of the above NOTICE OF AWARD is hereby acknowledged by this 1W -V -x day of QC�-� t�bQ v- 2020 By kv,�—D AJV Printed Name and T(fle END OF SECTION City of Sanford Revised 3.20.18 00510-1 S CITY OFFS RD } FINANCE DEPARTMENT SECTION 00530 NOTICE TO PROCEED FORM Orange Ave Enterprises, 1420 Seminola Blvd. Casselberry FL To: 32707 Date: October 13, 2020 Project: IFB 19/20-46 Sanford Park Restrooms Remodel You are hereby notified to commence WORK in accordance with the Agreement dated September 14, 2020. This Notice authorizes the CONTRACTOR to commence construction on October 14, 2020, with Contractor substantially completeing the work within 180 days with final completetion being no more than 30 days later. ISSUED BY: City of Sanford (Name of Owner) T,7690-0, Jam& IGeorge, DUA1 R 33, 2Q10 I2: Vq EDT By (Signature) Tom George, Deputy City Manager ACCEPTANCE OF NOTICE Receipt and acceptance of the above Notice to Proceed is hereby acknowledged by Orange Avenue Enterprises this 1y day of-Vp1i0� 2020 . By Printed Name and Title END OF SECTION City of Sanford 00530-1 0 ^ -rili Ad ORANGEAVENUE t-esidei)tiol - comniercioi GENERAL CONTRACTOR 1420 Selillnola Blvd. office@orangeavenue.nct 15 July 2020 City of Sanford Purchasing Division 300 N. Park Ave 2nd Floor Suite 236 Sanford, FL 32771 Rl: 11"B 19/20-46 Sanford Park Rcstroorns Rcrnodel To Marlsol Ordonez: CGC1512126 Casselberry, FL 32707 0)321-203-2764 F)321-203-4529 Please find attached Addendum 4and Addendum 5. Orange Avenue Enterprises previously submitted the rest of the solicitation package on 07/14/2020. Sincerer.' Anthony Roy Owner, Orange Avenue 407 617 0156 ,tnthony@orangeavenue.net Attachment "B" Organizational Information 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. City of Sanford I Finance Department I Purchasing Solicitation x Division Number: CITY or , OP 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 Fax: 407.688.5021 1113 1.9/2046 INVITATION FOR BID (IFB) Due Date: I°VNANCE C,7E4'A R'IMENT Sole Proprietorship ONE (1) TIME PURCHASE July 9, 2020 TITLE: SANFORD PARK RESTROOMS REMODEL Attachment "B" Organizational Information 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: Orange Avenue Enterprises Mailing Address: 1420 Seminola Blvd, Casselberry, FL 32707 Telephone Number: 321-203-2764 Authorized Signatory Owner Fax Number: Anthony Roy Printed Name 13 July 2020 Title Date E-mail Address: office@orangeavenue.net FEIN: 20-4448375 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE ®-Failure to submit this form may be grounds for disqualification of your submittal-® PUR-F-303 I Rev 03/2016 TYPE OF ORGANIZATION Please place a check mark ✓ next to applicable type) x Corporation LLC, S corp Partnership Non -Profit Joint Venture Sole Proprietorship Other (Please specify) State of Incorporation Florida Principal Place of Business (Enter Address) 1420 Seminola Blvd, Casselberry, FL 32707 Federal I.D. or Social Security Number 20-4448375 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: Orange Avenue Enterprises Mailing Address: 1420 Seminola Blvd, Casselberry, FL 32707 Telephone Number: 321-203-2764 Authorized Signatory Owner Fax Number: Anthony Roy Printed Name 13 July 2020 Title Date E-mail Address: office@orangeavenue.net FEIN: 20-4448375 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE ®-Failure to submit this form may be grounds for disqualification of your submittal-® PUR-F-303 I Rev 03/2016 References Attachment "C" 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 Citv may be contacting them. City of Sanford I Finance Department I Purchasing Solicitation Project Name: Division Number: ory OF ' S,kNFORD 300 N. Park Avenue 2" d Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 lFB 19/20-46 Address: INVITATION FOR BID (IFB) Due Date: riraaNcr-.oevrnFarnaFtN1 ONE (1) TIME PURCHASE July 9, 2020 TITLE: SANFORD PARK RESTROOMS REMODEL References Attachment "C" 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 Citv may be contacting them. PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE 'Failure to submit this form may be grounds for disqualification of your submittal's Project #1: Project Name: Swan and Dolphin Locker Room Renovation Type of Project/Service: Capital Project Address: 1500 Epcot Resorts Blvd, Lake Buena Vista, FL 32830 Contracting Agency/Client: WDW Swan and Dolphin Hotel Contact Name and Phone #: Rick Harding 407.934.4665 Contact Email Address and Fax #: richard.harding@swandolphin.com Contract Amount: $285,00 Start Date: Nov 2019 End Date: Feb 2020 Project 92: Project Name: 603 Market Building Facade Repairs Type of Project/Service: Capital Project Address: 603 Market Street, Celebration, FL 34747 Contracting Agency/Client: Lexin Realtv Celebration Contact Name and Phone #: Janice Pa ne 407.566.4007 Contact Email Address and Fax #: J a ne c lexinrealt .corn Contract Amount: $225,000 Start Date: Jan 2019 1 End Date: Akg 2019 Project #3: Project Name: GKTW Rockin' Spa Type of Project/Service: Build Out Address: 210 South Bass Road, Kissimmee, FL 34746 Contracting Agency/Client: Give Kids the World Contact Name and Phone #: Michael Bausman 407.396.11 14 ext. 4240 Contact Email Address and Fax #: Mic iae B @ GKTW. Org Contract Amount: $228,000 Start Date: Jan 2018 End Date: Jun 2018 Project #4: Project Name: City of Casselberry Miscellaneous Projects Type of Project/Service: Miscellaneous Projects Address: 95 S. Triplet Drive, Casselberry, FL 32707 Contracting Agency/Client: City of Casselberry Contact Name and Phone #: Chuck Smith 407.262.7725 Contact Email Address and Fax #: esmith@casselberry.org Contract Amount: $45,000 Start Date: April 2020 End Date: ongoing Project #5: Project Name: Hatt Door Replacement Type of Project/Service: Capital Project Address: 9801 International Dr, Orlando, FL 32819 Contracting Agency/Client: Hyatt Regency Contact Name and Phone #: Chris Santiago 407-729-7953 Contact Email Address and Fax #: chris.santiago@hyatt.com Contract Amount: $195,000 1 Start Date: Nov 17 End Date: Feb 2018 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE 'Failure to submit this form may be grounds for disqualification of your submittal's DATE: June 24. 2020 TO: All Bidders/Proposers FROM: Marisol Ordonez, Purchasing Manager City of Sanford Purchasing Division SUBJECT: IFB 19/20-46 Sanford Park Restrooms Remodel I ADDENDUM #I This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. DUE DATE This Addendum does not change the solicitation due date. As such, the solicitation response is due no later than July 9, 2020 at 2:OOPM Local Time. II. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Q1. For submission: l Original & 2 copies (Section 1.04) or 1 Original & l copy (Section 1.16) A]. Please follow Section 1.04: 1 original and 2 copies, if submitted by mail or hand delivery. Q2. Attachment "C" -References and Attachment "C" -Public Entity Crimes (no attachment/form provided) A2. Correction Attachment "C" is the Reference Form, Section 00436 Public Entity Crime Statement (page 50 of Solicitation). Q3. Attachment "E" -Certification for Scrutinized Companies- and Attachment "E" -Drug Free Workplace Certification (No Form or Attachment provided) A3. Correction Section 00454 Drug Free Work Place Affidavit (page 60 of solicitation); Attachment "E" is Certification for Scrutinized Companies (page 199 solicitation). Q4. Attachment "H" Statement of Inspection or Attachment "H" -Organization Information Please clarify the list of the Attachments A4. Correction Attachment `H" is State of Inspection (page 203 of solicitation), Attachment "B" is Organizational Information. III. CHANGES, ADDITIONS AND/OR CLARIFICATIONS Attachment "C' Reference Form Attachment "B" Organization Information PUR-F-212 j Rev. H/2016 /2016 City of Sanford I Finance Department I Purchasing Division - 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM SA Phone: 407-688-5028 or 5030 Fax: 407-688-5021 Email: urch asin2 aWsanfordfl Qov FCi j/ 11 SANFORD PARK RESTROOMS REMODEL DATE: June 24. 2020 TO: All Bidders/Proposers FROM: Marisol Ordonez, Purchasing Manager City of Sanford Purchasing Division SUBJECT: IFB 19/20-46 Sanford Park Restrooms Remodel I ADDENDUM #I This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. DUE DATE This Addendum does not change the solicitation due date. As such, the solicitation response is due no later than July 9, 2020 at 2:OOPM Local Time. II. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Q1. For submission: l Original & 2 copies (Section 1.04) or 1 Original & l copy (Section 1.16) A]. Please follow Section 1.04: 1 original and 2 copies, if submitted by mail or hand delivery. Q2. Attachment "C" -References and Attachment "C" -Public Entity Crimes (no attachment/form provided) A2. Correction Attachment "C" is the Reference Form, Section 00436 Public Entity Crime Statement (page 50 of Solicitation). Q3. Attachment "E" -Certification for Scrutinized Companies- and Attachment "E" -Drug Free Workplace Certification (No Form or Attachment provided) A3. Correction Section 00454 Drug Free Work Place Affidavit (page 60 of solicitation); Attachment "E" is Certification for Scrutinized Companies (page 199 solicitation). Q4. Attachment "H" Statement of Inspection or Attachment "H" -Organization Information Please clarify the list of the Attachments A4. Correction Attachment `H" is State of Inspection (page 203 of solicitation), Attachment "B" is Organizational Information. III. CHANGES, ADDITIONS AND/OR CLARIFICATIONS Attachment "C' Reference Form Attachment "B" Organization Information PUR-F-212 j Rev. H/2016 /2016 IV. SIGN -IN SHEET N/A V. ATTACHMENTS Attachment "C' Reference Form Attachment `B" Organization Information Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #I to IFB 19/20-46 Sanford Park Restrooms Remodel. Orange Avenue Enterprises Name of Firm/Company 1420 Seminola Blvd. Street Address 321-203-2764 Telephone Number Anthony Roy Authorized Person Printed Name office@orangeavenue.net Contact Email Casselberry, FL 32707 City, State, Zip Code Fax Number Owner Authorized Person Title 13 July 2020 Authorized Person Signature Date of Signature PUR-F-212 Rev. 11/2016 City of Sanford I Finance Department I Purchasing Division SANFORD td -C z.L tSx M11T 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 Email:ureh isin,,iic`saufordfl ,-otic ADDENDUM //11 ttl SANFORD PARK RESTROOMS REMODEL IV. SIGN -IN SHEET N/A V. ATTACHMENTS Attachment "C' Reference Form Attachment `B" Organization Information Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #I to IFB 19/20-46 Sanford Park Restrooms Remodel. Orange Avenue Enterprises Name of Firm/Company 1420 Seminola Blvd. Street Address 321-203-2764 Telephone Number Anthony Roy Authorized Person Printed Name office@orangeavenue.net Contact Email Casselberry, FL 32707 City, State, Zip Code Fax Number Owner Authorized Person Title 13 July 2020 Authorized Person Signature Date of Signature PUR-F-212 Rev. 11/2016 DATE: July 1. 2020 TO: All Bidders/Proposers FROM: Marisol Ordonez, Purchasing Manager City of Sanford Purchasing Division SUBJECT: IFB 19/20-46 Sanford Park Restrooms Remodel I ADDENDUM #2 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. DUE DATE This Addendum CHANGES THE DUE DATE FROM July 9, 2020 at 2:OOPM to July 14, 2020 at 2:00pm Local Time. As such, the solicitation response is due no later than July 14, 2020 at 2:00 PM Local time. Deadline for questions has been changed from July 2, 2020 at 2:OOPM Local time to July 7, 2020 at 2:OOPM Local Time. II. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Ql. Will all three restrooms be done at same time? Al. Yes. Q2. Will all three jobs be awarded to lowest bidder overall or split and awarded individually? A2. The overall lowest bidder. Q3. Will GC need to provide temporary toilets to the public while restrooms are under construction? A3. Portable toilets will be provided by City of Sanford. Q4. Will restrooms be completely closed during construction? A4. Yes. Q5. Pg A3.1 `Plumbing Schedule' has notes about carriers...... are we replacing carriers or reusing existing? A5. You will be installing adjustable carriers with like or equal to a Zurn Z1201 -N EZCarry. Q6. Do carriers need to be adjusted/relocated? A6. Yes in most cases. Q7. If so, are there any details for wall demo? City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM S,k 4FORI:D Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 Email: pureh tsint,?asanfordfl.2ov . .NA s CEPA -RTMEM �{ #2 SANFORD PARK RESTROOMS REMODEL DATE: July 1. 2020 TO: All Bidders/Proposers FROM: Marisol Ordonez, Purchasing Manager City of Sanford Purchasing Division SUBJECT: IFB 19/20-46 Sanford Park Restrooms Remodel I ADDENDUM #2 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. DUE DATE This Addendum CHANGES THE DUE DATE FROM July 9, 2020 at 2:OOPM to July 14, 2020 at 2:00pm Local Time. As such, the solicitation response is due no later than July 14, 2020 at 2:00 PM Local time. Deadline for questions has been changed from July 2, 2020 at 2:OOPM Local time to July 7, 2020 at 2:OOPM Local Time. II. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Ql. Will all three restrooms be done at same time? Al. Yes. Q2. Will all three jobs be awarded to lowest bidder overall or split and awarded individually? A2. The overall lowest bidder. Q3. Will GC need to provide temporary toilets to the public while restrooms are under construction? A3. Portable toilets will be provided by City of Sanford. Q4. Will restrooms be completely closed during construction? A4. Yes. Q5. Pg A3.1 `Plumbing Schedule' has notes about carriers...... are we replacing carriers or reusing existing? A5. You will be installing adjustable carriers with like or equal to a Zurn Z1201 -N EZCarry. Q6. Do carriers need to be adjusted/relocated? A6. Yes in most cases. Q7. If so, are there any details for wall demo? 01 SA O FIV_1Ni EP 1TM'1 T City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 fordfl.,a Phone: 407-688-5028 or 5030 Fax: 407-688-5021 Email: nn•chasin,>,( sanv ADDENDUM #2 SANFORD PARK RESTROOMS REMODEL AT No, This will be a field modification. Q8. Is there an electrical plan? A8. No Electrical Plan. Contractor is to replace with similar items unless noted on the plans. Q9. If not are we supposed to simply replace all fixtures with similar item? A9. Yes, provide submittals for approval. Q10. Is there a specific manufacturer for the doors and door hardware? A10. No specific door manufacturer but should meet minimum standards. 18 Gauge A40 Galvaneal Door a. Interlocking Edge Seam with square hinge and beveled lock edge b. Polystyrene or Honeycomb core c. Prime painted d. up to 3 hour label (ITS/WHI) e. Heavy gauge closer reinforcement f. 16 gauge inverted top and bottom caps g. 10 gauge min. hinge reinforcements QI l . Is a reflected ceiling plan available? All. No, contractor will need to provide all framing and backing to close in ceiling areas. Q12. Finish schedule shows 1/2" green board for ceilings. Does that get painted? Al2. Yes, the Ceiling gets finished with alight texture and painted a semi -gloss white. Q13. Which portion of ceiling receives green board? All areas within the restroom itself. A13. Green board ceiling is not required for the mechanical areas. Q14. Are we to assume we have to provide framing and blocking for ceiling green board? A14. Yes. Q15. Will we need to provide exhaust fans? If so, what manufacturer/model/etc.? A15. Match existing, exhaust fans, emergency exit signage. Lighting should be updated to LED specifications. Q16. The floor plans do not appear to show complete measurements for partitions/fixtures/etc. are we to assume that we will be replacing those items at same location as current items? A16. No, not all partitions will be installed in the same locations. Adjustments will need to be made in the field and installed per ADA and manufacturer's specifications. III. CHANGES, ADDITIONS AND/OR CLARIFICATIONS The solicitation due date has been change to July 14, 2020 at 2:OOPM Local Time. Deadline for questions have been changed to July 7, 2020 at 2:OOPM Local Time. 2 IV. SIGN -IN SHEET N/A V. ATTACHMENTS N/A Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #2 to lFB 19/20-46 Sanford Park Restrooms Remodel. Orange Avenue Enterprises officea orangeavenue.net Name of Firm/Company Contact Email 1420 Seminola Blvd. Street Address 321-203-2764 Telephone Number Anthony Roy Authorized Person Printed Name Authorized Person Signature Casselberry, FL 32707 City, State, Zip Code Fax Number Owner Authorized Person Title 13 July 2020 Date of Signature City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 327710 ADDENDUM SANFO Phone: 407-688-5028 or 5030 Fax: 407-688-5021 Email: urchasin ,gin sanfordfl.nov c CEE , ,E:- #2 SANFORD PARK RESTROOMS REMODEL IV. SIGN -IN SHEET N/A V. ATTACHMENTS N/A Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #2 to lFB 19/20-46 Sanford Park Restrooms Remodel. Orange Avenue Enterprises officea orangeavenue.net Name of Firm/Company Contact Email 1420 Seminola Blvd. Street Address 321-203-2764 Telephone Number Anthony Roy Authorized Person Printed Name Authorized Person Signature Casselberry, FL 32707 City, State, Zip Code Fax Number Owner Authorized Person Title 13 July 2020 Date of Signature DATE: Julv 1 2020 TO: All Bidders/Proposers FROM: Marisol Ordonez, Purchasing Manager City of Sanford Purchasing Division SUBJECT: IFB 19/20-46 Sanford Park Restrooms Remodel I ADDENDUM #3 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. DUE DATE This Addendum does not change the due date as such, the solicitation response is due no later than July 14, 2020 at 2:00 PM Local time. Deadline for questions is July 7, 2020 at 2:OOPM Local Time. II. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Q1. There is two (2) Sections 00438, see page 54, Public Record Law & page 64, E -Verify Compliance. Also there is no Section 00440, Bidders Qualifications Affidavit. Please clarify. Thanks. A1. Correction; Section 00438 Compliance Record Law Section 00458 E -Verify Compliance Section 00440 Bidder Qualification Affidavit is removed from the solicitation does not apply. III. CLARIFICATIONS 1. Section 00438 Compliance Record Law 2. Section 00458 E -Verify Compliance 3. Section 00440 Bidder Qualification Affidavit is removed from the solicitation does not apply IV. SIGN -IN SHEET N/A V. ATTACHMENTS Section 00438 Compliance Record Law Section 00458 E -Verify Compliance City of Sanford I Finance Department ( Purchasing Division Zv nc SANFQ 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 Fax: 407-688-5021 Email urchasin (&sanfordfl. ov ADDENDUM :-.,«. ni:_�coEIIPA'ausaxr SANFORD PARK RESTROOMS REMODEL µµ #3 3 DATE: Julv 1 2020 TO: All Bidders/Proposers FROM: Marisol Ordonez, Purchasing Manager City of Sanford Purchasing Division SUBJECT: IFB 19/20-46 Sanford Park Restrooms Remodel I ADDENDUM #3 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. DUE DATE This Addendum does not change the due date as such, the solicitation response is due no later than July 14, 2020 at 2:00 PM Local time. Deadline for questions is July 7, 2020 at 2:OOPM Local Time. II. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Q1. There is two (2) Sections 00438, see page 54, Public Record Law & page 64, E -Verify Compliance. Also there is no Section 00440, Bidders Qualifications Affidavit. Please clarify. Thanks. A1. Correction; Section 00438 Compliance Record Law Section 00458 E -Verify Compliance Section 00440 Bidder Qualification Affidavit is removed from the solicitation does not apply. III. CLARIFICATIONS 1. Section 00438 Compliance Record Law 2. Section 00458 E -Verify Compliance 3. Section 00440 Bidder Qualification Affidavit is removed from the solicitation does not apply IV. SIGN -IN SHEET N/A V. ATTACHMENTS Section 00438 Compliance Record Law Section 00458 E -Verify Compliance Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #3 to IFB 19/20-46 Sanford Park Restrooms Remodel. Orange Avenue Enterprises Name of Firm/Company 1420 Seminola Blvd Street Address 321-203-2764 Telephone Number Anthony Roy Authorized Person Printed Name Authorized Person Signature office ice@orangeavenue.net Contact Email Casselberry, FL 32707 City, State, Zip Code Fax Number Owner Authorized Person Title July 13, 2020 Date of Signature City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM A�QR� Phone: 407-688-5028 or 5030 Fax: 407-688-50211 Email: urehasir>>a�sanfordfl. ov A -A C M s=tir #3 SANFORD PARK RESTROOMS REMODEL Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #3 to IFB 19/20-46 Sanford Park Restrooms Remodel. Orange Avenue Enterprises Name of Firm/Company 1420 Seminola Blvd Street Address 321-203-2764 Telephone Number Anthony Roy Authorized Person Printed Name Authorized Person Signature office ice@orangeavenue.net Contact Email Casselberry, FL 32707 City, State, Zip Code Fax Number Owner Authorized Person Title July 13, 2020 Date of Signature DATE: Julv 13. 2020 TO: All Bidders/Proposers FROM: Marisol Ordonez, Purchasing Manager City of Sanford Purchasing Division SUBJECT: IFB 19/20-46 Sanford Park Restrooms Remodel I ADDENDUM #4 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. DUE DATE This Addendum CHANGES the due date from Tuesday, July 14, 2020 at 2:OOPM Local Time as such, the solicitation response is due no later than, Thursday, July 23, 2020 at 2:00 PM Local time. Deadline for questions have ended. II. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Q1. In a previous asked question regarding exhaust fans, answer was to match existing. I do not believe there are existing fans. Can we get clarification pleaser? Al. Exhaust fans will be required for all restrooms, as the open-air vents will be removed. You will need to replace with like materials. Q2. Is the new drywall ceiling to be flat? Vaulted? What height should we assume? A2. Flat ceiling at a minimum eight feet. Q3. Are new electric fixtures to be flush mount in the new ceiling or surface mount like existing? A3. Surfaced mounted. Q4. Will details for framing be provided? A4. No, use conventional framing methods. Q5. Will details for wall repairs at new carriers be provided? A5. No, use typical concrete repair per plumbing codes. Q6. Plans say doorframes should be grouted. As we are installing into existing wall openings with limited access, will this be required. A6. Install doors per manufacturer's instructions. City of Sanford I Finance Department I Purchasing Division ui o 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM SA Phone: 407-688-5028 or 5030 Fax: 407-688-5021 Email. urehasin Wsanfordfl.gov O SANFORD PARK RESTROOMS REMODEL DATE: Julv 13. 2020 TO: All Bidders/Proposers FROM: Marisol Ordonez, Purchasing Manager City of Sanford Purchasing Division SUBJECT: IFB 19/20-46 Sanford Park Restrooms Remodel I ADDENDUM #4 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. DUE DATE This Addendum CHANGES the due date from Tuesday, July 14, 2020 at 2:OOPM Local Time as such, the solicitation response is due no later than, Thursday, July 23, 2020 at 2:00 PM Local time. Deadline for questions have ended. II. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Q1. In a previous asked question regarding exhaust fans, answer was to match existing. I do not believe there are existing fans. Can we get clarification pleaser? Al. Exhaust fans will be required for all restrooms, as the open-air vents will be removed. You will need to replace with like materials. Q2. Is the new drywall ceiling to be flat? Vaulted? What height should we assume? A2. Flat ceiling at a minimum eight feet. Q3. Are new electric fixtures to be flush mount in the new ceiling or surface mount like existing? A3. Surfaced mounted. Q4. Will details for framing be provided? A4. No, use conventional framing methods. Q5. Will details for wall repairs at new carriers be provided? A5. No, use typical concrete repair per plumbing codes. Q6. Plans say doorframes should be grouted. As we are installing into existing wall openings with limited access, will this be required. A6. Install doors per manufacturer's instructions. III. CLARIFICATIONS 1. Due Date has changed to July 16, 2020 at 2:OOPM Local Time. IV. SIGN -IN SHEET N/A V. ATTACHMENTS N/A Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #4 to IFB 19/20-46 Sanford Park Restrooms Remodel. Orange Avenue Enterprises office@orangeavenue.net Name of Firm/Company Contact Email 1420 Seminola Blvd Street Address 321-203-2764 Telephone Number Anthony Roy Authorized Person Printed Name Authorized Person Signature Casselberry, FL 32707 City, State, Zip Code Fax Number Owner Authorized Person Title 07/15/2020 Date of Signature City of Sanford I Finance Department I Purchasing Division 3001. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM SX Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 Email Vurchasingasanfordfl.gov Q SANFORD PARK RESTROOMS REMODEL III. CLARIFICATIONS 1. Due Date has changed to July 16, 2020 at 2:OOPM Local Time. IV. SIGN -IN SHEET N/A V. ATTACHMENTS N/A Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #4 to IFB 19/20-46 Sanford Park Restrooms Remodel. Orange Avenue Enterprises office@orangeavenue.net Name of Firm/Company Contact Email 1420 Seminola Blvd Street Address 321-203-2764 Telephone Number Anthony Roy Authorized Person Printed Name Authorized Person Signature Casselberry, FL 32707 City, State, Zip Code Fax Number Owner Authorized Person Title 07/15/2020 Date of Signature DATE: July 14. 2020 TO: All Bidders/Proposers FROM: Lindsey Bojadzijev, Purchasing Analyst City of Sanford Purchasing Division SUBJECT: IFB 19/20-46 Sanford Park Restrooms Remodel ( ADDENDUM #5 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. DUE DATE This Addendum CHANGES the due date from Tuesday, July 14, 2020 at 2:OOPM Local Time as such, the solicitation response is due no later than, Thursday, July 23, 2020 at 2:00 PM Local time. Deadline for questions have ended. II. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Q 1. In several places, the plans instruct us to "Prepare for new 5/8" sheathing, underlayment, & shingles". While other notes and details discuss new standing seam metal roof system. Please clarify which roof system is to be installed Al. New standing seam roof Q2. The plans do not make any mention of demolishing or replacing the existing doorframes, but the specs call for new doorframes. Should we include replacing the doorframes in our bid? A2. Yes Q3. Please provide spec for the new wall and floor the you would like to use. A3. This is noted in the bid schedule Q4. Please provide spec for the new toilet partitions you would like to use. A4. This is noted in the bid schedule Q5. Are the existing electrical systems in good working order? Are the existing conduits and conductors be reused? Which fixtures are to be replaced? Please provide a spec for the new fixtures. A5. You are to replace all of the lighting and fans to match existing or better. The hand dryer is noted on the plan schedule City of Sanford I Finance Department I Purchasing Division SANFORD 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 Email: urchasin dsanfordfl. ov ADDENDUM .� .1vnr�t r ,ttrtekT �5 SANFORD PARK RESTROOMS REMODEL DATE: July 14. 2020 TO: All Bidders/Proposers FROM: Lindsey Bojadzijev, Purchasing Analyst City of Sanford Purchasing Division SUBJECT: IFB 19/20-46 Sanford Park Restrooms Remodel ( ADDENDUM #5 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. DUE DATE This Addendum CHANGES the due date from Tuesday, July 14, 2020 at 2:OOPM Local Time as such, the solicitation response is due no later than, Thursday, July 23, 2020 at 2:00 PM Local time. Deadline for questions have ended. II. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Q 1. In several places, the plans instruct us to "Prepare for new 5/8" sheathing, underlayment, & shingles". While other notes and details discuss new standing seam metal roof system. Please clarify which roof system is to be installed Al. New standing seam roof Q2. The plans do not make any mention of demolishing or replacing the existing doorframes, but the specs call for new doorframes. Should we include replacing the doorframes in our bid? A2. Yes Q3. Please provide spec for the new wall and floor the you would like to use. A3. This is noted in the bid schedule Q4. Please provide spec for the new toilet partitions you would like to use. A4. This is noted in the bid schedule Q5. Are the existing electrical systems in good working order? Are the existing conduits and conductors be reused? Which fixtures are to be replaced? Please provide a spec for the new fixtures. A5. You are to replace all of the lighting and fans to match existing or better. The hand dryer is noted on the plan schedule III. CLARIFICATIONS N/A IV. SIGN -IN SHEET N/A V. ATTACHMENTS N/A Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #5 to IFB 19/20-46 Sanford Park Restrooms Remodel. Orange Avenue Enterprises Name of Firm/Company 1420 Seminola Blvd Street Address 321-203-2764 Telephone Number Anthony Roy Authorized Person Printed Name Authorized Person Signature 2 office@orangeavenue.net Contact Email Casselberry, FL 32707 City, State, Zip Code Fax Number Owner Authorized Person Title July 15, 2020 Date of Signature City of Sanford I Finance Department I Purchasing Division "7N * c 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM SAF® Phone: 407-688-5028 or 5030 Fax: 407-688-5021 Email:urchasm �i santordtl.vov W G #✓G SANFORD PARK RESTROOMS REMODEL III. CLARIFICATIONS N/A IV. SIGN -IN SHEET N/A V. ATTACHMENTS N/A Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #5 to IFB 19/20-46 Sanford Park Restrooms Remodel. Orange Avenue Enterprises Name of Firm/Company 1420 Seminola Blvd Street Address 321-203-2764 Telephone Number Anthony Roy Authorized Person Printed Name Authorized Person Signature 2 office@orangeavenue.net Contact Email Casselberry, FL 32707 City, State, Zip Code Fax Number Owner Authorized Person Title July 15, 2020 Date of Signature SECTION 00438 COMPLIANCE WITH THE PUBLIC RECORDS LAW AFFIDAVIT I. If and when the City of Sanford transmits records to the Contractor/Vendor which are exempt from public disclosure, the Contractor/Vendor shall execute an "Acknowledgement of Receipt of Exempt Public Records and Agreement to Safeguard" which will be provided with the exempt records. A sample form is attached for the bidder/proposer's information. 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 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. 00438-1 City of Sanford I Finance Department I Purchasing Solicitation Sary 6F ,kNFORD Division 300 N. Park Avenue 2id Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 Number: >IFB 19/20-46 F IfJANGF f)EPA4'2TP✓tE:fJ'( INVITATION FOR BID (IFB) Due Date: ONE (1) TIME PURCHASE July 14, 2020 TITLE: SANFORD PARK RESTROOMS REMODEL SECTION 00438 COMPLIANCE WITH THE PUBLIC RECORDS LAW AFFIDAVIT I. If and when the City of Sanford transmits records to the Contractor/Vendor which are exempt from public disclosure, the Contractor/Vendor shall execute an "Acknowledgement of Receipt of Exempt Public Records and Agreement to Safeguard" which will be provided with the exempt records. A sample form is attached for the bidder/proposer's information. 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 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. 00438-1 Orange Avenue Enterprises 13July 2020 AnthonySignature ofAuthorized Representative (Affiant) Date Roy Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF Seminole STATE OF FLORIDA 13 July �2O2U {]D this _______ nf, 20, before [De. the undersigned Notary Public of the State Of Florida, personally appeared Anthony Roy 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 Offkci8| sea[. He/she is personally known to me or has produced, as identification. � ��«`~./\Lm (Notary Public in and for the County and State Aforementioned) My commission expires: O1/O7/2O23 LORI ALILIN Notary Public - State of Florida Commission # GG 289332 My Comm. Expires Jan 7, 2023 Bonded through National Notary Assn. 80438-2 END OFSECTION 2 City of Sanford I Finance Department I Purchasing Solicitation Division Number: 0 TY OF S�,NFQRD 300 N. Park Avenue 2 nd Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 IFB 19/20-46 INVITATION FOR BID (IFB) Due Date: FINANCE OEPARTNIENT ONE (1) TIME PURCHASE July 14,2020 TITLE: SANFORD PARK RESTROOMS REMODEL Orange Avenue Enterprises 13July 2020 AnthonySignature ofAuthorized Representative (Affiant) Date Roy Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF Seminole STATE OF FLORIDA 13 July �2O2U {]D this _______ nf, 20, before [De. the undersigned Notary Public of the State Of Florida, personally appeared Anthony Roy 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 Offkci8| sea[. He/she is personally known to me or has produced, as identification. � ��«`~./\Lm (Notary Public in and for the County and State Aforementioned) My commission expires: O1/O7/2O23 LORI ALILIN Notary Public - State of Florida Commission # GG 289332 My Comm. Expires Jan 7, 2023 Bonded through National Notary Assn. 80438-2 END OFSECTION 2 CIFk City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 Fax: 407-688-5021 � Solicitation Number: 1FB-19/201-46 INVITATION TO BID (IFB) Due Date: .f.lF(� `INANCE DEPARTW `I (1) ONETIME CONTRACT July 1 } 2020 TITLE: SANFORD PARK RESTROOMS REMODEL SECTION 00458 E -VERIFY COMPLIANCE AFFIDAVIT The Affiant identified below attests to the following: That the Contractor is currently in compliance with and throughout the term of the above identified project and will remain in compliance with Executive Order 11-02, issued by the Office of the Governor, State of Florida, requiring the use of the Department of Homeland Security's Status Verification ("E - Verify") System to ensure that all employees of the Contract and the Contractor's subcontractors performing work under the above -listed Contract are legally permitted to work in the United States. 2. Each Contractor that performs work under the Project referenced above shall provide the City of Sanford, Florida, a copy of the "Edit Company Profile" screen indicating enrollment in the E -Verify Program. 3. The Contractor will register and participate in the work status verification for all newly hired employees of the contractor and for all subcontractors performing work on the above -listed Contract. 4. The Contractor agrees to maintain records of its compliance with the verification requirements as outlined in this Affidavit and, upon request of the any Authority having jurisdiction over the Project, including, but not limited to, the State of Florida, agrees to provide a copy of each such verification to that Authority. 5. That all persons assigned by the Contractor or its subcontractors to perform work under the above identified project will meet the employment eligibility requirements as established by the Federal Government and the government of the State of Florida. 6. That the Contractor understands and agrees that its failure to comply with the verification requirements as set forth herein or its failure to ensure that all employees and subcontracts performing work under the above identified project are legally authorized to work in the United States and the State of Florida constitute a breach of contract for which the City of Sanford may immediately terminate the Contract without notice and without penalty. Contractor further understands and agrees that in the event of such termination, the Contractor shall be liable to the City for any costs incurred by the City as a result of the Contractor's breach. 7. That for the purposes of this Affidavit, the following definitions apply: "Employee" — Any person who is hired to perform work in the State of Florida. "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. Anthony Roy, contractor for Orange Avenue Enterprises Contractor 13 July 2020 Signature of Authorized Representative (Affiant) Date Anthonv R Printed or Typed Name and Title of Authorized Representative (Affiant) STATE OF FLORIDA COUNTY OF Seminole HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Anthony Roy {x} 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 by means of {x} physical presence or { } online notarization on the day of 2020, 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 July 2020. ;:1tivYPu'• LORI AULIN Notary Public -State of Flofida- �` •�A Commission k GG 28930( My Comm. Expires Jan 7, 2023 Bonded through National Notary Assn. jhi L0 (?I W L t� Public in and for the County and State Aforementioned) SEAL My commission expires: 01/07/2023 Failure to submit this form may be grounds for disqualification of your submittal'® END OF SECTION iq City of Sanford I Finance Department I Purchasing Division Solicitation or 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Number: CITY Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 jFB-19/20_46 INVITATION TO BID (IFS) Due Date: FINANCE DEPAtTNITNT (1) ONETIME CONTRACT July 14, 2020 TITLE: SANFORD PARK RESTROOMS REMODEL Anthony Roy, contractor for Orange Avenue Enterprises Contractor 13 July 2020 Signature of Authorized Representative (Affiant) Date Anthonv R Printed or Typed Name and Title of Authorized Representative (Affiant) STATE OF FLORIDA COUNTY OF Seminole HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Anthony Roy {x} 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 by means of {x} physical presence or { } online notarization on the day of 2020, 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 July 2020. ;:1tivYPu'• LORI AULIN Notary Public -State of Flofida- �` •�A Commission k GG 28930( My Comm. Expires Jan 7, 2023 Bonded through National Notary Assn. jhi L0 (?I W L t� Public in and for the County and State Aforementioned) SEAL My commission expires: 01/07/2023 Failure to submit this form may be grounds for disqualification of your submittal'® END OF SECTION iq Proposed Schedule of Subcontractor Participation Attachment "D' ❑ No Subcontracting (of any kind) will be utilized on this project. City of Sanford I Finance Department I Purchasing Division Solicitation iry OF 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Number: ' Phone: 407-688-5028 or 5030 Fax: 407-688-5021 i 1F13-19120-46 INVITATION TO BID (IFB) Due Date. ..1 F, eiraANcrrrr.F>aclrnE:Nr Electric (1) ONETIME CONTRACT July 9, 020 TITLE: SANFORD PARK RESTROOMS REMODEL Proposed Schedule of Subcontractor Participation Attachment "D' ❑ No Subcontracting (of any kind) will be utilized on this project. Solicitation Number: IFB-19/20-46 Title: Sanford Park Restrooms Remodel Total Project Amount: S 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 W Reger Electric PO Box 700965 F,aint Cloud, F1, 32720 Electric 5% SDVBE Service Disabled Veteran Integrity Plumbing and Mechanical, Inc. 1068 Big Oaks Blvd. Oviedo. FL 32765 Plumbing 10% PERCENTAGE TOTALS FOR SUBCONTRACTOR PARTICIPATION 1151, 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 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 "D", Proposed Schedule of Subcontractor Participation, is truthful and correct at the time of submission. Bidder/Contractor Name: Anthony Roy, contractor for Orange Avenue Enterprises Mailing Address: 1420 Seminola Blvd, Casselberry, FL 32707 Telephone Number: 321-203-2764 Authorized Signatory Owner Fax Number: E-mail Address: office@orangeavenue.net Anthony Roy FEIN Printed Name 13 July 2020 Title Date PLEASE COMPLETE AND SUBMIT WITH YOUR ITB RESPONSE 20-4448375 '�9' Failure to submit this form may be grounds for disqualification of your submittal`s PUR-F-303 1 Rev 03/2016 Contractor Certification Regarding Scrutinized Companies (Contracts of $1,000,000.00 or more) Attachment "E" 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, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "E", Contractor Certification Regarding Scrutinized Companies, is truthful and correct at the time of submission. Bidder/Contractor Name: Anthony Roy, contractor for Orange Avenue Enterprises Mailing Address: 1420 Seminola Blvd., Casselberry, FL 32707 Telephone Number: Authorized Signatory Ower Title 321-203-2764 Fax Number: Anthony Roy Printed Name 13 July 2020 Date E-mail Address: office@orangeavenue.net FEIN: 20-4448375 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE (when applicable) lv'Failure to submit this form may be grounds for disqualification of your submittal`' City of Sanford I Finance Department I Purchasing Solicitation Division umber: neo "f r>e SANFORD 300 N. Park Avenue 2nd Floor Suite 236 Sanford Florida 32771 Phone: 407.688.5028 or 5030 Fax: 407.688.5021 fP" 19/20-46 INVITATION FOR BID (IFB) Due Date: FINANCE: DPAwr NIM I ONE (1) TIME PURCHASE July 9, 2020 TITLE: SANFORD PARK RESTROOMS REMODEL Contractor Certification Regarding Scrutinized Companies (Contracts of $1,000,000.00 or more) Attachment "E" 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, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "E", Contractor Certification Regarding Scrutinized Companies, is truthful and correct at the time of submission. Bidder/Contractor Name: Anthony Roy, contractor for Orange Avenue Enterprises Mailing Address: 1420 Seminola Blvd., Casselberry, FL 32707 Telephone Number: Authorized Signatory Ower Title 321-203-2764 Fax Number: Anthony Roy Printed Name 13 July 2020 Date E-mail Address: office@orangeavenue.net FEIN: 20-4448375 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE (when applicable) lv'Failure to submit this form may be grounds for disqualification of your submittal`' Bid Price Schedule and Acceptance of Bid Terms & Condition Attachment "F" FT MELLON City of Sanford I Finance Department I Purchasing Division Solicitation "' V O 300 N. Park Avenue Suite 236, Sanford, Florida 32771 umber: 1, Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 IF13-19/20-46 INVITATION TO BID (IFB) Due Date: ` FI NAW.( D ZPARI VENT (1) ONE TIME CONTRACT July 9, 2020 TITLE: SANFORD PARK RESTROOMS REMODEL Bid Price Schedule and Acceptance of Bid Terms & Condition Attachment "F" FT MELLON P,ARK, ITEM COST Demolition 6,000 $ 6,000 Permitting 6,100 $ Roofing (to include all underlament, vent stacks, 9,200 fasteners, drip edge, etc.) $ 9,200 Plumbing (to include all bracing, fixtures, partitions, 10,000 toiletries and ADA hardware) $ 10,000 Electrical (to include all lighting, exhaust fans (include all hardware, ducting and roof caps), hand $ 3,600 dryers and emergency lighting) Tile (3" x 8" subway for walls and 12" x 12" x 2" 11,000 Mosaic floor tile with 5 abrasion rating ) (color TBD) $ Partitions and Pilasters ( HDPE plastic construction with 8" aluminum hinges and hardware and $ 3,600 carriers) (Color TBD) Drywall (to include all framing, backing and finish work) $ 2,700 Painting and priming (interior and exterior) $ 2,200 Doors ( to include framing, ADA handles, locksets and doorstops) $ 5,600 TOTAL $ 60,000 DERL3Y PARK ITEM COST Demolition $ 6,000 Permitting 6,100 $ Roofing (to include all underlament, vent stacks, fasteners, drip edge, etc.) $ 9,200 Plumbing (to include all bracing, fixtures, partitions, toiletries and ADA hardware) $ 10,000 Electrical (to include all lighting, exhaust fans (include all hardware, ducting and roof caps), hand $ 3,600 dryers and emergency lighting) A Y OF ' �.'..Ci � FINANCE INPARTMENT City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 Fax: 407-688-5021 I Solicitation Number: IFB-19/20-46 INVITATION TO BID (IFB) Due Date: Demolition (l) ONETIME CONTRACT July 9, 2020 TITLE: SANFORD PARK RESTROOMS REMODEL Tile (3" x 8" subway for walls and 12" x 12" x 2" Mosaic floor tile with 5 abrasion rating ) (color TBD) $ 11,000 Partitions and Pilasters ( HDPE plastic construction with 8" aluminum hinges and hardware and $ 3,600 carriers) (Color TBD) Drywall (to include all framing, backing and finish 2,700 work) $ Painting and priming (interior and exterior) 2,200 Doors ( to include framing, ADA handles, locksets 5,600 and doorstops) $ TOTAL $ 60.000 ACADEMY MANOR ITEM COST Demolition $ 6,000 Permitting $ 6,100 Roofing (to include all underlament, vent stacks, fasteners, drip edge, etc.) $ 9,200 Plumbing (to include all bracing, fixtures, partitions, toiletries and ADA hardware) $ 10,000 Electrical (to include all lighting, exhaust fans (include all hardware, ducting and roof caps), hand $ 3,600 dryers and emergency lighting) Tile (3" x 8" subway for walls and 12" x 12" x 2" 11,000 Mosaic floor tile with 5 abrasion rating ) (color TBD) $ Partitions and Pilasters ( HDPE plastic construction 3,600 with 8" aluminum hinges and hardware and $ carriers) (Color TBD) Drywall (to include all framing, backing and finish 2,700 work) $ Painting and priming (interior and exterior) 2,200 Doors ( to include framing, ADA handles, locksets 5,600 and door stops) $ TOTAL $ 60.000 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 2 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: Anthony Roy, contractor for Orange Avenue Enterprises Mailing Address: 1420 Seminola Blvd., Casselberry, FL 32707 Telephone Number: 321-203-2764 Authorized Signatory Owner Title STATE OF FLORIDA COUNTY OF Seminole Fax Number: Anthony Roy Printed Name 13 July 2020 Date E-mail Address: office@orangeavenue.net FEIN: 20-4448375 HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Anthony Roy 0 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 by means of {x} physical presence or { } online notarization on the day of 2020, 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 July �Av'P& LORI AULIN Notary Public - State of Florida o: Commission p GG 289332 My Comm. Expires Jan 7, 2023 Bonded through National Notary Assn. SEAL (stamp) n1 Loan fhtL ry Public in and for the County and State Aforementioned) My commission expires: 01/07/2023 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE `V'Failure to submit this form may be grounds for disqualification of your submittal , END OF SECTION City of Sanford I Finance Department I Purchasing Division Solicitation (I 1'y OF 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Number: Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 IF$ -19/20-46 "'I"A` CEMPAaThIENT INVITATION TO BID (IFB) :Due Date: (1) ONETIME CONTRACT July 9, ;2020 TITLE: SANFORD PARK RESTROOMS REMODEL 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: Anthony Roy, contractor for Orange Avenue Enterprises Mailing Address: 1420 Seminola Blvd., Casselberry, FL 32707 Telephone Number: 321-203-2764 Authorized Signatory Owner Title STATE OF FLORIDA COUNTY OF Seminole Fax Number: Anthony Roy Printed Name 13 July 2020 Date E-mail Address: office@orangeavenue.net FEIN: 20-4448375 HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Anthony Roy 0 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 by means of {x} physical presence or { } online notarization on the day of 2020, 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 July �Av'P& LORI AULIN Notary Public - State of Florida o: Commission p GG 289332 My Comm. Expires Jan 7, 2023 Bonded through National Notary Assn. SEAL (stamp) n1 Loan fhtL ry Public in and for the County and State Aforementioned) My commission expires: 01/07/2023 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE `V'Failure to submit this form may be grounds for disqualification of your submittal , END OF SECTION STATEMENT OF INSPECTION ATTACHMENT "H" Bidder's signature on this page indicates that the bidder has inspected the facility specified in the Invitation to Bid addresses below and has fully reviewed and understands all work requirements at said location(s): Park Names 1. Ft. Mellon 2. Academy Manor 3. Derby Park aka: Mike Kirby Park Anthony Roy Printed Name of Authorized Person Signature of Authorized Person 13 July 2020 Date Orange Avenue Enterprises Name of Firm 1420 Seminola Blvd., Casselberry, FL 32707 Street Address Casselberry„ FI, 32707 City, State, Zip Code Location: Address 600 E. I" Street Sanford, FL 152 Academy Avenue Sanford, FL 2199 Oregon Avenue Sanford, FL REMINDER: THIS FORM IS TO BE INCLUDED WITH YOUR SUBMITTAL. FAILURE TO SUBMIT ALONG WITH YOUR SUBMITTAL MAY BE CAUSE FOR DISQUALIFICATION. City of Sanford I Finance Department I Purchasing Solicitation Division Number: CITY or 300 N. Park Avenue 2'11 Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 IFB 19/20-46 yS,kNFORD 7 INVITATION FOR BID (IFB) Due Date: FINANCE DEPARTMENT ONE (1) TIME PURCHASE July 9, 2020 TITLE: SANFORD PARK RESTROOMS REMODEL STATEMENT OF INSPECTION ATTACHMENT "H" Bidder's signature on this page indicates that the bidder has inspected the facility specified in the Invitation to Bid addresses below and has fully reviewed and understands all work requirements at said location(s): Park Names 1. Ft. Mellon 2. Academy Manor 3. Derby Park aka: Mike Kirby Park Anthony Roy Printed Name of Authorized Person Signature of Authorized Person 13 July 2020 Date Orange Avenue Enterprises Name of Firm 1420 Seminola Blvd., Casselberry, FL 32707 Street Address Casselberry„ FI, 32707 City, State, Zip Code Location: Address 600 E. I" Street Sanford, FL 152 Academy Avenue Sanford, FL 2199 Oregon Avenue Sanford, FL REMINDER: THIS FORM IS TO BE INCLUDED WITH YOUR SUBMITTAL. FAILURE TO SUBMIT ALONG WITH YOUR SUBMITTAL MAY BE CAUSE FOR DISQUALIFICATION. SECTION 00410 FIX; Le7►ril PART 1 GENERAL 1.01 Description The following Bid, for the (1) IFB 19/20-46 Sanford Parks Restroom Model is hereby made to 2 Cit of Sanford, hereafter called the Owner. This Bid is submitted by (3) Orange Avenue Enterprises, LLC. 1420 Seminola Blvd Casselberry. FL 32707 nfficeaorang av n i net; loriaorangeavenue net I irPnse holder- Anthnnv Env (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 150 calendar days of the date and final completion 30 days later making a total of 180 days of the Notice to Proceed. 5. To accept the provisions of the Agreement as to liquidated damages in the event of failure to complete the work on time. 00410-1 City of Sanford I Finance Department I Purchasing Division Solicitation Somber. CITY OF 300 N. Park Avenue 2"' Floor Suite 236 Sanford, Florida 32771 IFB 19/20-46 SkNFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 S FINANCE DEPARIMENT INVITATION FOR BID (IFB) Due Date: ONE (1) TIME PURCHASE July 9, 2020 TITLE: SANFORD PARKS RESTROOMS REMODEL SECTION 00410 FIX; Le7►ril PART 1 GENERAL 1.01 Description The following Bid, for the (1) IFB 19/20-46 Sanford Parks Restroom Model is hereby made to 2 Cit of Sanford, hereafter called the Owner. This Bid is submitted by (3) Orange Avenue Enterprises, LLC. 1420 Seminola Blvd Casselberry. FL 32707 nfficeaorang av n i net; loriaorangeavenue net I irPnse holder- Anthnnv Env (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 150 calendar days of the date and final completion 30 days later making a total of 180 days of the Notice to Proceed. 5. To accept the provisions of the Agreement as to liquidated damages in the event of failure to complete the work on time. 00410-1 D. Certifies that by affixing its signature below, neither the bidder nor the principals of the bidding entity are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in contracting with any federal, state or local department or agency. The City reserves the right to reject any bid from a debarred or suspended bidder and/or from an entity whose principals are so debarred or suspended. 1.03 Bid Schedule The Bidder hereby agrees to perform all work as required by the Contract Documents for the following Lump Sum Bid Price inclusive of furnishing all manpower, equipment, materials and performance of all operations relative to construction of the project. Work for which there is not a Pay Item will be considered incidental to the Contract and no additional compensation will be allowed. A. The bid; Lump Sum of: One Hundred and Eighty Thousand Dollars---------------------------------------------------- $180,000.00 (written words) (written words continue) 00410-2 City of Sanford I Finance Department I Purchasing Division Solicitation Number 300 N. Park Avenue 2"" Floor Suite 236 Sanford, Florida 32771 >IF13 19/20-46 `'T or Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 � Fird„race_otFrnurrneear INVITATION FOR BID (IFB) Due Dake: ONE (1) TIME PURCHASE July 9, 2020 TITLE: SANFORD PARKS RESTROOMS REMODEL D. Certifies that by affixing its signature below, neither the bidder nor the principals of the bidding entity are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in contracting with any federal, state or local department or agency. The City reserves the right to reject any bid from a debarred or suspended bidder and/or from an entity whose principals are so debarred or suspended. 1.03 Bid Schedule The Bidder hereby agrees to perform all work as required by the Contract Documents for the following Lump Sum Bid Price inclusive of furnishing all manpower, equipment, materials and performance of all operations relative to construction of the project. Work for which there is not a Pay Item will be considered incidental to the Contract and no additional compensation will be allowed. A. The bid; Lump Sum of: One Hundred and Eighty Thousand Dollars---------------------------------------------------- $180,000.00 (written words) (written words continue) 00410-2 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 00425- Security and Public Safety Requirements 3. Section 00432- Non Collusion Affidavit 4. Section 00434- Conflict of Interest Affidavit 5. Section 00436- Public Entities Crime Affidavit 6. Section 00438- Compliance With the Public Records Law Affidavit 7. Section 00440- Bidder Qualification Affidavit 8. Section 00442- Receipt of Exempt Public Records and Agreement to Safeguard 9. Section 00450- Certification of Non -Segregated Facilities Form 10. Section 00452- Disputes Disclosure 11. Section 00454- Drug Free Workplace Affidavit 12. Section 00456- Unauthorized (Illegal) Alien Worker Affidavit 13. Section 00458- E -Verify Compliance Affidavit 14. Section 00460- ADA Affidavit 15. Financial Information — If requested by the City 16. Section 00618- Insurance Requirement 17. Section 00820- Debarment Certification 18. Section 00825- Subcontractor Debarment Certification 19. Attachment Addendum Receipt Acknowledgement Certification 20. Exhibit "A" Schedules of Value 21. Attachment "A" Addendum Receipt Acknowledgement Certification, when required. 22. Attachment "B' Organizational Information 23. Attachment "C" Reference Form 24. Attachment "D" Proposed Schedule of Subcontractors Participation 25. Attachment "E" Contractors Certification Scrutinized Company, when require 26. Attachment "F" Bid Price Schedule and Acceptance of Bid Terms and Conditions 27. Attachment "H" Statement of Inspection 00410-3 City of Sanford I Finance Department I Purchasing Division Solicitation Number CITY of 300 N. Park Avenue 2"1 Floor Suite 236 Sanford, Florida 32771 1FB 19/20-46 Phone: 407.688.5028 or 5030 i Fax: 407.688.5021 'INANCEDPARTME"` INVITATION FOR BID (IFB) Niue Date: ONE (1) TIME PURCHASE July 9, 2020 TITLE: SANFORD PARKS RESTROOMS REMODEL 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 00425- Security and Public Safety Requirements 3. Section 00432- Non Collusion Affidavit 4. Section 00434- Conflict of Interest Affidavit 5. Section 00436- Public Entities Crime Affidavit 6. Section 00438- Compliance With the Public Records Law Affidavit 7. Section 00440- Bidder Qualification Affidavit 8. Section 00442- Receipt of Exempt Public Records and Agreement to Safeguard 9. Section 00450- Certification of Non -Segregated Facilities Form 10. Section 00452- Disputes Disclosure 11. Section 00454- Drug Free Workplace Affidavit 12. Section 00456- Unauthorized (Illegal) Alien Worker Affidavit 13. Section 00458- E -Verify Compliance Affidavit 14. Section 00460- ADA Affidavit 15. Financial Information — If requested by the City 16. Section 00618- Insurance Requirement 17. Section 00820- Debarment Certification 18. Section 00825- Subcontractor Debarment Certification 19. Attachment Addendum Receipt Acknowledgement Certification 20. Exhibit "A" Schedules of Value 21. Attachment "A" Addendum Receipt Acknowledgement Certification, when required. 22. Attachment "B' Organizational Information 23. Attachment "C" Reference Form 24. Attachment "D" Proposed Schedule of Subcontractors Participation 25. Attachment "E" Contractors Certification Scrutinized Company, when require 26. Attachment "F" Bid Price Schedule and Acceptance of Bid Terms and Conditions 27. Attachment "H" Statement of Inspection 00410-3 CITY OF S,kNFOPJ:) City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2"`' Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 Solicitation Number:• IFB 19/20-46 INVITATION FOR BID (IFB) Due Date: ONE (1) TIME PURCHASE July 9, 2020 TITLE: SANFORD PARKS RESTROOMS REMODEL 1.05 SUBMITTED, signed and sealed this 13 Orange Avenue Enterprises Contractor 113120 (Signature) Date 1420 Seminola Blvd Business Address Casselberry, FL 32707 City State Zip Code "y 'c"" ATT ebj�C Com Officer) 20 By (Signature) Date Ronald Darbo, Operations Manager Printed Name and Title day of July 1 2020. Anthony Roy, Owner and Contractor Printed Name and Title END OF SECTION 00410-4 (CORPORATE SEAL) C" °fFORD City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2" Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 Solicitation Number: 1FB 19/20-46 HNAN" °`PA` TMEN` INVITATION FOR BID (IFB) Due Date: ONE (1) TIME PURCHASE July 9, 2020 TITLE: SANFORD PARK RESTROOMS REMODEL 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. SECTION 00425-1 July 13, 2020 Signature of Affiant Date Anthony Roy Owner Orange Avenue Enterprises Typed or Printed Name of Affiant Title Name of Company STATE OF FLORIDA COUNTY OF Seminole I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Anthony Roy {x} 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 by means of {x} physical presence or { } online notarization on the 13 day of July 2020, 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 July , 2020. ;fair 6� •. LORI AULIN Notary Public - State of Florida Commission # GG 289332 My Comm. Expires Jan 7, 2023 Bonded through National Notary Assn. Public in and for the County and State Aforementioned) SEAL My commission expires: 01/07/2023 SECTION 00425-2 City of Sanford I Finance Department I Purchasing Division SolicitationNumber:• OF 300 N. Park Avenue 2"u Floor Suite 236 Sanford, Florida 32771 I,B 19/20-46 CITY Phone: 407.688.5028 or 5030 i Fax: 407.688.5021 -'NANCE DF"A""'"r'°' INVITATION FOR BID (IFB) Due Date: ONE (1) TIME PURCHASE July 9, 2 020 TITLE: SANFORD PARK RESTROOMS REMODEL July 13, 2020 Signature of Affiant Date Anthony Roy Owner Orange Avenue Enterprises Typed or Printed Name of Affiant Title Name of Company STATE OF FLORIDA COUNTY OF Seminole I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Anthony Roy {x} 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 by means of {x} physical presence or { } online notarization on the 13 day of July 2020, 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 July , 2020. ;fair 6� •. LORI AULIN Notary Public - State of Florida Commission # GG 289332 My Comm. Expires Jan 7, 2023 Bonded through National Notary Assn. Public in and for the County and State Aforementioned) SEAL My commission expires: 01/07/2023 SECTION 00425-2 SECTION 00432 NON COLLUSION AFFIDAVIT 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. CDLr, ti o- e----�e Bidder 13 July 2020 Signature of uthorized Representative (Affiant) Date Anthony Roy, Owner Printed or Typed Name and Title of Authorized Representative (Affiant) SECTION 00432-1 City of Sanford I Finance Department ( Purchasing Division Solicitation Number: CA" Y O, 300 N. Park Avenue 2"" Floor Suite 236 Sanford, Florida 32771 IFl3 19/20-46 Phone: 407.688.5028 or 5030 ( Fax: 407.688.5021 '''"""`t°EPARIM" N1 INVITATION FOR BID (IFB) Due Date: ONE (1) TIME PURCHASE July 9, 2020 TITLE: SANFORD PARK RESTROOMS REMODEL SECTION 00432 NON COLLUSION AFFIDAVIT 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. CDLr, ti o- e----�e Bidder 13 July 2020 Signature of uthorized Representative (Affiant) Date Anthony Roy, Owner Printed or Typed Name and Title of Authorized Representative (Affiant) SECTION 00432-1 STATE OF FLORIDA COUNTY OF Seminole HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Anthony Roy {x} 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 by means of {x} physical presence or { } online notarization on the 13 day of July 2020, 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 July ,;.��pr►�`-. LORI AULIN r°Notary Public WState of Florida o: Commission MGG 289332 — :.� •.., ,:My Comm. Expires Jan 7, 2023 Bonded through National Notary Assn. ry Public in and for the County and State Aforementioned) SEAL My commission expires: 0/07/2023 END OF SECTION SECTION 00432-2 City of Sanford I Finance Department I Purchasing Division Solicitation Number: 300 N. Park Avenue 2°d Floor Suite 236 Sanford, Florida 32771 IFB 19/20-46 CITY OF Phone: 407.688.5028 or 5030 Fax: 407.688.5021 .NFORD FINANCE DLPMRINIEN I INVITATION FOR BID (IFB) Due Daae: ONE (1) TIME PURCHASE July 9, 2020 TITLE: SANFORD PARK RESTROOMS REMODEL STATE OF FLORIDA COUNTY OF Seminole HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Anthony Roy {x} 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 by means of {x} physical presence or { } online notarization on the 13 day of July 2020, 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 July ,;.��pr►�`-. LORI AULIN r°Notary Public WState of Florida o: Commission MGG 289332 — :.� •.., ,:My Comm. Expires Jan 7, 2023 Bonded through National Notary Assn. ry Public in and for the County and State Aforementioned) SEAL My commission expires: 0/07/2023 END OF SECTION SECTION 00432-2 OF kTPhone: C� riNnNrrnewarxrrArhr City of Sanford ( Finance Department ( Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 407-688-5028 or 5030 Fax: 407-688-5021 � Solicitation Number: IFB4920-46 INVITATION TO BID (IFB) ONE TIME CONTRACT Due Date: July 8, 2020 TITLE: SANFORD PARK RESTROOMS REMODEL 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 19/20-46, titled, Sanford Park Restrooms Remodel. B. This sworn statement is submitted by fName of entity submitting sworn statement] 1420 Seminola Blvd, Casselberry, FL 32707 and (if applicable) it's Federal Employer Identification Number (FEIN) is 20-4448375 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: Anthony Roy whose business address is C. My name is Anthony Roy [Please print name of individual signing] and my relationship to the above is self 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(1) (a), Florida Statutes, means: I . A predecessor or successor of a person convicted of a public entity crime; or 2. 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 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 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. AFFIANT SIGNATURE Anthony Roy Typed Name of AFFIANT Owner of Orange Avenue Enterprises Title STATE OF Florida COUNTY OF Seminole The foregoing instrument was Anthoy Roy as executed before me this 13 day of July 20 20 by Owner of Orange Avenue Enterprises who is authorized to execute this document and thereby bind the Corporation, and who is n/a as identification. personally swore or affirmed that he/she personally known to me OR has produced. =Nationa[Notary N --- — ;'?°,• Notare of Florida NOTARY P ELIC, State of on a o`s Co299331 (stamp) :�'�ovr�°``. My CJan 7, 2023 Bonded thrNotary Assn. PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE 111" Failure to submit this form may be grounds for disqualification of your submittal's 2 City of Sanford I Finance Department I Purchasing Division Solicitation C1ry or 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Number: 3S,kNFORD Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 IFB-19/20-46 INVITATION TO BID (IFB) Due Date: FINANCE «PARVAeNr ONE TIME CONTRACT July 8, 2020 TITLE: SANFORD PARK RESTROOMS REMODEL 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 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. AFFIANT SIGNATURE Anthony Roy Typed Name of AFFIANT Owner of Orange Avenue Enterprises Title STATE OF Florida COUNTY OF Seminole The foregoing instrument was Anthoy Roy as executed before me this 13 day of July 20 20 by Owner of Orange Avenue Enterprises who is authorized to execute this document and thereby bind the Corporation, and who is n/a as identification. personally swore or affirmed that he/she personally known to me OR has produced. =Nationa[Notary N --- — ;'?°,• Notare of Florida NOTARY P ELIC, State of on a o`s Co299331 (stamp) :�'�ovr�°``. My CJan 7, 2023 Bonded thrNotary Assn. PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE 111" Failure to submit this form may be grounds for disqualification of your submittal's 2 " C, SANFORD 'Y ae City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 Solicitation Number IFB 19/20-46 '! °ER"`M`NI INVITATION FOR BID (IFB) Due Date: ONE (1) TIME PURCHASE July 9, 2020 TITLE: SANFORD PARK RESTROOMS REMODEL SECTION 00434 CONFLICT OF INTEREST STATEMENT A. I am the Owner of Orange Avenue Enterprises with a local office in [Insert Title] [Insert Company Name] 1420 Seminola Blvd, Casselberry. FL and principal office in 1420 Seminola Blvd, Casselberry, FL B. The entity hereby submits an offer to IFB 19/20-46 Sanford Park Restrooms Remodel. C. The AFFIANT has made diligent inquiry and provided the information in this statement affidavit based upon its full knowledge. D. The AFFIANT states that only one submittal for this solicitation has been submitted and tendered by the appropriate date and time and that said above stated entity has no financial interest in other entities submitting a proposal for the work contemplated hereby. E. Neither the AFFIANT nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion or collusive activity, or otherwise taken any action which in any way restricts or restraints the competitive nature of this solicitation, including but not limited to the prior discussion of terms, conditions, pricing, or other offer parameters required by this solicitation. F. Neither the entity nor its affiliates, nor anyone associated with them, is presently suspended or otherwise prohibited from participation in this solicitation or any contract to follow thereafter by any government entity. G. Neither the entity nor its affiliates, nor anyone associated with them, have any potential conflict of interest because and due to any other clients, contracts, or property interests in this solicitation or the resulting project. H. I hereby also certify that no member of the entity's ownership or management or staff has a vested interest in any City Division/Department/Office. I. 1 certify that no member of the entity's ownership or management is presently applying, actively seeking, or has been selected for an elected position within City of Sanford government. J. In the event that a conflict of interest is identified in the provision of services, 1, the undersigned will immediately notify the City in writing. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Section 00434, Conflict of Interest Statement, is truthful and correct at the time of submission. AFFIANT SIGNATURE Anthony Roy Typed Name of AFFIANT Owner Title STATE OF FLORIDA COUNTY OF Seminole HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Anthony Roy {x} 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 by means of {X} physical presence or { } online notarization on the 13 day of July , 2020, 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. SECTION 00432-1 �°ury or �+�.) �-1�° City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2"Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 Solicitation Number: IFB 19/20-46 ' I INltNCE DEPAMMENT INVITATION FOR BID (IFB) Due Date: ONE (1) TIME PURCHASE July 9, 2020 TITLE: SANFORD PARK RESTROOMS REMODEL SSS my hWhld lfic� ffii; �Notary Public - State o on a 4 Commission N GG 289332 My Comm. Expires Jan 7, 2023 Bonded through National Notary Assn. seal in the County and State last aforesaid this 13 day of July (ol- LW� l AA L I n otary Public in and for the County and State Aforementioned) SEAL My commission expires: 01/07/2023 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE Failure to submit this form may be grounds for disqualification of your submittal'' SECTION 00432-2 SECTION 00438 COMPLIANCE WITH THE PUBLIC RECORDS LAW AFFIDAVIT I. If and when the City of Sanford transmits records to the Contractor/Vendor which are exempt from public disclosure, the Contractor/Vendor shall execute an "Acknowledgement of Receipt of Exempt Public Records and Agreement to Safeguard" which will be provided with the exempt records. A sample form is attached for the bidder/proposer's information. 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 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. City of Sanford I Finance Department I Purchasing Solicitation Division Number: CITY OF ' ,FO 300 N. Park Avenue 2"1 Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 IAB 19/20^46 INVITATION FOR BID (IFB) ONE (1) TIME PURCHASE Due Date. July 9, 2021 FINANCE DEPARTMEN I TITLE: SANFORD PARK RESTROOMS REMODEL SECTION 00438 COMPLIANCE WITH THE PUBLIC RECORDS LAW AFFIDAVIT I. If and when the City of Sanford transmits records to the Contractor/Vendor which are exempt from public disclosure, the Contractor/Vendor shall execute an "Acknowledgement of Receipt of Exempt Public Records and Agreement to Safeguard" which will be provided with the exempt records. A sample form is attached for the bidder/proposer's information. 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 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. 00438-1 Orange Avenue Enterprises Proposer/Bidder Signature of Authorized Representative (Affiant) Date AnthnnV Roy Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF Seminole STATE OF FLORIDA July 2020 On this 13 day of, 20, before me, the undersigned Notary Public of the State of Florida, personally appeared Anthony Roy 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, as B- -- [ORrnuuN IF Notary Public State of Florida e` Commission N GG 284332 ot. My Comm. Expires Jan 1, Public in and for the County and State Aforementioned) Bonded through National Notary Mja SEAL My commission expires: 01/07/2023 00438-2 END OF SECTION 2 City of Sanford I Finance Department I Purchasing Solicitation Division dumber. CITY OF l' 300 N. Park Avenue 2"" Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 Fax: 407.688.5021 IFB/- 46 ,F( ^ ' FINANCE DEPARTMENT INVITATION FOR BID (IFB) Due Date. ONE (1) TIME PURCHASE ,duly 9, 2020 TITLE: SANFORD PARK RESTROOMS REMODEL 00438-1 Orange Avenue Enterprises Proposer/Bidder Signature of Authorized Representative (Affiant) Date AnthnnV Roy Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF Seminole STATE OF FLORIDA July 2020 On this 13 day of, 20, before me, the undersigned Notary Public of the State of Florida, personally appeared Anthony Roy 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, as B- -- [ORrnuuN IF Notary Public State of Florida e` Commission N GG 284332 ot. My Comm. Expires Jan 1, Public in and for the County and State Aforementioned) Bonded through National Notary Mja SEAL My commission expires: 01/07/2023 00438-2 END OF SECTION 2 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: 1. N/A 2. 3. 4. AGREED IN EVERY RESPECT WITHOUT QUALIFICATION: 00442-1 City of Sanford I Finance Department I Purchasing Solicitation Division Number: clry OF m SkNFORD 300 N. Park Avenue 2"1 Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 IFB 19/20-46 INVITATION FOR BID (IFB) Due Date: FINANCE DE'ARHAEN't ONE (1) TIME PURCHASE July 9, 2020 TITLE: SANFORD PARK RESTROOMS REMODEL 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: 1. N/A 2. 3. 4. AGREED IN EVERY RESPECT WITHOUT QUALIFICATION: 00442-1 Recipient: Signature Anthony Roy, Owner Printed or Typed Name and Title Representing: Orange Avenue Enterprises Name of Company 13 July 2020 Date 1420 Seminola Blvd, Casselberry, FL 32707 321-203-2764 Company Address Phone No. 00442-2 END OF SECTION City of Sanford I Finance Department I Purchasing Solicitation Division Number: CITY (.)SkNFOF Floor Suite 236 Sanford, Florida 32771 300 N. Park Avenue 2"' Phone: 407.688.5028 5030 Fax: 407.688.5021 1FB 19/20 -46 f`.',(RD or 1 INVITATION FOR BID (IFB) Due Date: FINANCE DEPARTMEN I ONE (1) TIME PURCHASE July 9, 2020 TITLE: SANFORD PARK RESTROOMS REMODEL Recipient: Signature Anthony Roy, Owner Printed or Typed Name and Title Representing: Orange Avenue Enterprises Name of Company 13 July 2020 Date 1420 Seminola Blvd, Casselberry, FL 32707 321-203-2764 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. Orange Avenue Enterprises Name of Bidder Signature of Authorized Representative Anthony Roy, Owner Printed or Typed Name and Title of Authorized Representative END OF SECTION IFB 19/20-46 Sanford Park Restrooms Remodel Due: July 9, 2020 at 2:00 PM Local Time 00450-1 13 July 2020 Date CERTIFICATION OF NON -SEGREGATED FACILITIES FORM CITY OF SkNFORD ewry . FINANCE DEPARTMENT 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. K 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 (Y/N) Has your firm, or any member of your firm, been declared it removed from a contract or job related to the services your firm course of business within the last five (5) years? NO default, terminated or provides in the regular _ (Y/N) 3. Has your firm had filed against it or filed any requests for equitable adjustment, contract claims or litigation in the past five (5) years that is related to the services your firm provides in the regular course of business? NO (Y/N) Note: If yes, the explanation must state the nature of the request for equitable adjustment, contract claim or litigation, a brief description of the case, the outcome or status of suit and the monetary amounts or extended contract time involved. I hereby certify that all statements made are true and agree and understand that any misstatement or misrepresentation or falsification of facts shall be cause for forfeiture of rights for further consideration of the project identified. Orange Avenue Enterprises Firm 13 July 2020 Signature of Authorized Representative Date Anthonv Rov. Owner Printed or Typed Name and Title of Authorized Representative END OF SECTION IFB 19/20-46 Sanford Park Restroom Remodel Due: July 9, 2020 at 2:00 PM Local Time 00452-1 CERTIFICATION OF NON -SEGREGATED FACILITIES FORM SECTION 00454 DRUG FREE WORKPLACE CERTIFICATION 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 Attachment E, Drug -Free Workplace Certification, is truthful and correct at the time of submission. ell_ -_— AFFIANT SIGNATURE Anthony Roy 13 July 2020 Typed Name of AFFIANT Owner Title City of Sanford I Finance Department I Purchasing Solicitation Division Number: CITY OF SkNFORD 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 IFB 19/20-46 INVITATION FOR BID (IFB) Due Date: r•:.: -✓ % FINANCE U PARINIE VT ONE (1) TIME PURCHASE ,sully 9, 2020 TITLE: SANFORD PARK RESTROOMS REMODEL SECTION 00454 DRUG FREE WORKPLACE CERTIFICATION 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 Attachment E, Drug -Free Workplace Certification, is truthful and correct at the time of submission. ell_ -_— AFFIANT SIGNATURE Anthony Roy 13 July 2020 Typed Name of AFFIANT Owner Title STATE OF FLORIDA COUNTY OF Seminole HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Anthony Roy {x} 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 by means of {x} physical presence or { } online notarization on the 13 day of July 2020, 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 July (Notary Fyublic in and for the County and State Aforementioned) SEAL My commission expires: 01/07/2023 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE — (if applicable) 2 City of Sanford I Finance Department I Purchasing Solicitation Division Number: CITY of S,kNFORD % FINANCE L)PART"ENT 300 N. Park Avenue 2"' Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 fFD 19/20-46 INVITATION FOR BID (IFB) Due Date: ONE (1) TIME PURCHASE July 9, 2020 TITLE: SANFORD PARK RESTROOMS REMODEL STATE OF FLORIDA COUNTY OF Seminole HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Anthony Roy {x} 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 by means of {x} physical presence or { } online notarization on the 13 day of July 2020, 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 July (Notary Fyublic in and for the County and State Aforementioned) SEAL My commission expires: 01/07/2023 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE — (if applicable) 2 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. Anthony Roy, contractor for Orange Avenue Enterprises Contractor (�� 13 July 2020 Signature of Authorized Representative (Affiant) Date Anthony Roy Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF Seminole STATE OF FLORIDA On this 13 day of July 20 20 before me the undersigned Notary Public of the State of Florida, personally appeared Anthony Roy 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 Q.er§Q_pa_II�_kn_QVQto me or has produced n as i en lb�i�, A,p' Lol\� ffl� jJ ?° • ��= Notary Public - State of Florida �" of Commission k GG 289332 �- '''orc�°4` My Comm. Expires Jan 7, 2023 (Notary Public in and for the County and State Aforementioned) Bonded through National Notary Assn. My commission expires: 01/07/2023 END OF SECTION UNAUTHORIZED (ILLEGAL) ALIEN WORKERS AFFIDAVIT IFB 19/20-46 Sanford Park Restroom Remodel Due: July 9, 2020 at 2:00 PM Local Time 00456-1 UNAUTHORIZED (ILLEGAL) ALIEN WORKERS AFFIDAVIT IFB 19/20-46 Sanford Park Restroom Remodel Due: July 9, 2020 at 2:00 PM Local Time 00466-2 SECTION 00438 E -VERIFY COMPLIANCE AFFIDAVIT The Affiant identified below attests to the following: That the Contractor is currently in compliance with and throughout the term of the above identified project and will remain in compliance with Executive Order 11-02, issued by the Office of the Governor, State of Florida, requiring the use of the Department of Homeland Security's Status Verification ("E - Verify") System to ensure that all employees of the Contract and the Contractor's subcontractors performing work under the above -listed Contract are legally permitted to work in the United States. 2. Each Contractor that performs work under the Project referenced above shall provide the City of Sanford, Florida, a copy of the "Edit Company Profile" screen indicating enrollment in the E -Verify Program. 3. The Contractor will register and participate in the work status verification for all newly hired employees of the contractor and for all subcontractors performing work on the above -listed Contract. 4. The Contractor agrees to maintain records of its compliance with the verification requirements as outlined in this Affidavit and, upon request of the any Authority having jurisdiction over the Project, including, but not limited to, the State of Florida, agrees to provide a copy of each such verification to that Authority. 5. That all persons assigned by the Contractor or its subcontractors to perform work under the above identified project will meet the employment eligibility requirements as established by the Federal Government and the government of the State of Florida. 6. That the Contractor understands and agrees that its failure to comply with the verification requirements as set forth herein or its failure to ensure that all employees and subcontracts performing work under the above identified project are legally authorized to work in the United States and the State of Florida constitute a breach of contract for which the City of Sanford may immediately terminate the Contract without notice and without penalty. Contractor further understands and agrees that in the event of such termination, the Contractor shall be liable to the City for any costs incurred by the City as a result of the Contractor's breach. 7. That for the purposes of this Affidavit, the following definitions apply: "Employee" — Any person who is hired to perform work in the State of Florida. "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. City of Sanford I Finance Department I Purchasing Division Solicitation C I I'Y 0 300 N. Park Avenue Suite 236, Sanford, Florida 32771 dumber: T Phone: 407-688-5028 or 5030 1 Fax: 407-688-5021 IFiB-19/20-46 .. INVITATION TO BID (IFB) Due Date: NANU DEPARIMEN7 (1) ONE TIME CONTRACT July 9, 2020 TITLE: SANFORD PARK RESTROOMS REMODEL SECTION 00438 E -VERIFY COMPLIANCE AFFIDAVIT The Affiant identified below attests to the following: That the Contractor is currently in compliance with and throughout the term of the above identified project and will remain in compliance with Executive Order 11-02, issued by the Office of the Governor, State of Florida, requiring the use of the Department of Homeland Security's Status Verification ("E - Verify") System to ensure that all employees of the Contract and the Contractor's subcontractors performing work under the above -listed Contract are legally permitted to work in the United States. 2. Each Contractor that performs work under the Project referenced above shall provide the City of Sanford, Florida, a copy of the "Edit Company Profile" screen indicating enrollment in the E -Verify Program. 3. The Contractor will register and participate in the work status verification for all newly hired employees of the contractor and for all subcontractors performing work on the above -listed Contract. 4. The Contractor agrees to maintain records of its compliance with the verification requirements as outlined in this Affidavit and, upon request of the any Authority having jurisdiction over the Project, including, but not limited to, the State of Florida, agrees to provide a copy of each such verification to that Authority. 5. That all persons assigned by the Contractor or its subcontractors to perform work under the above identified project will meet the employment eligibility requirements as established by the Federal Government and the government of the State of Florida. 6. That the Contractor understands and agrees that its failure to comply with the verification requirements as set forth herein or its failure to ensure that all employees and subcontracts performing work under the above identified project are legally authorized to work in the United States and the State of Florida constitute a breach of contract for which the City of Sanford may immediately terminate the Contract without notice and without penalty. Contractor further understands and agrees that in the event of such termination, the Contractor shall be liable to the City for any costs incurred by the City as a result of the Contractor's breach. 7. That for the purposes of this Affidavit, the following definitions apply: "Employee" — Any person who is hired to perform work in the State of Florida. "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. Anthony Roy, contractor for Orange Avenue Enterprises Contractor 13 July 2020 Signature of Authorized Representative (Affiant) Date Anthony Roy Printed or Typed Name and Title of Authorized Representative (Affiant) STATE OF FLORIDA COUNTY OF Seminole HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Anthony Roy {x} 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 by means of {x} physical presence or { } online notarization on the 13 day of July 2020, 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 July , (Notary Public in and for the County and State Aforementioned) SEAL My commission expires: 01/07/2020 12 -Failure to submit this form may be grounds for disqualification of your submittal -w END OF SECTION 2 City of Sanford I Finance Department I Purchasing Division Solicitation C"Y °F S,kNFORD 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 5030 I Fax: 407-688-5021 Number: IFB-19/20-46 INVITATION TO BID (IFB) Due bate: (1) ONETIME CONTRACT July 9, 2020 TITLE: SANFORD PARK RESTROOMS REMODEL 7 Anthony Roy, contractor for Orange Avenue Enterprises Contractor 13 July 2020 Signature of Authorized Representative (Affiant) Date Anthony Roy Printed or Typed Name and Title of Authorized Representative (Affiant) STATE OF FLORIDA COUNTY OF Seminole HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Anthony Roy {x} 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 by means of {x} physical presence or { } online notarization on the 13 day of July 2020, 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 July , (Notary Public in and for the County and State Aforementioned) SEAL My commission expires: 01/07/2020 12 -Failure to submit this form may be grounds for disqualification of your submittal -w END OF SECTION 2 maw 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. Anthony Roy, contractor for Orange Avenue Enterprises Contractor 13 July 2020 Signature of Authorized Representative (Affiant) Date Anthony Roy Printed or Typed Name and Title of Authorized Representative (Affiant) STATE OF FLORIDA COUNTY OF Seminole I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Anthony Roy {x} 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 by means of {x} physical presence or { } online notarization on the 13 day of July , 2020, 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 July 2020. LORI AUDNotary r° • �� Notary Public St Commission # Nota Public n and for the Count and State Aforementioned .oF rti°' My Comm. Expire(Notary y ) Bonded through Nation SEAL My commission expires: 01/07/2020 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE cV' Failure to submit this form may be grounds for disqualification of your submittal END OF SECTION SECTION 00460-1 IFB 19/20-46 Sanford Park Restroom Remodel Due: July 9, 2020 at 2:00 PM Local Time �+4T4Ry F� 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. SunTrust 4453 S US HWY 17-92, Casselberry, FL, 32707 Vladimir Rodriguez (407) 331-2028 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 19120-46 Sanford Park Restroom Remodel Due: July 9, 2020 at 2:00 PM Local Time FINANCIAL INFORMATION FORM 00462-1 �.zsnxr� a x� a 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 Anthony Roy 231 S. Triplet Lake Drive Casselberry, FL 32707 55% Ronald Darbo 1320 Barton Street Longwood, FL 32750 45% Orange Avenue Enterprises Bidder Signature of Authorized Representative Anthony Roy Printed or Typed Name and Title of Authorized Representative END OF SECTION IFB 19/20-46 Sanford Park Restroom Remodel Due: July 9, 2020 at 2:00 PM Local Time 00462-2 07/13/2020 Date FINANCIAL INFORMATION FORM SECTION 00470 Compliance Requirements for Independent Contractors Applicable to Criminal History Evaluation Required by the City of Sanford. Name of Project: Sanford Parks Restrooms Remodel Bid Number/Contract Number: IFB 19/20-46 Reference: a. City ordinance no. 4019 b. Resolution no. 2059 c. 166.0442 fl 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 fingerprints to the Florida Department of Law Enforcement for state criminal history evaluation. A. The contractor, applicable to each contractor's and subcontractor's employee identified by the City, shall submit a fingerprint card which includes the ORI/Account Number provided by the City along with a check for $24.00 for each fingerprint card to the Florida Department of Law Enforcement. In addition, if the Police or Sheriffs Department processing the fingerprint cards charges a fee (cash only) for that service, the contractor shall be responsible for that charge. B. The fingerprint request shall include the subject's name, sex, race and date of birth and other information such as DL and SS. C. Fingerprint cards may be processed by any Florida Police Department or Sheriff's Department. If the contractor is "out-of-state," the fingerprint cards may be processed by any PD, etc. and sent to the address below for processing. The ORI No. assigned to the City of Sanford is FL759053Z this number must be used. The City will provide the forms. D. Sanford Police Department fingerprinting time schedule are only: Monday, Wednesday and Friday from 9:00 AM -12:00 Noon. E. Fingerprint cards shall be sent to: 00470-1 Criminal Justice Information Services Post Office Box 1489 Tallahassee, Florida 32302-1489 F. 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 the fingerprint card(s) and the indicated payment are to be placed in the envelope. No cover letter or other instructions are to be included. Only a report(s) sent directly to the City of Sanford by the FDLE will be accepted as valid. If a Contractor or Contractor's 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 back ground will be addressed and resolved on a case by case basis. Contractor Signature: 13 July 2020 Anthony Roy, Owner Date Printed Name and Title: STATE OF FLORIDA COUNTY OF SEMINOLE I HEREBY CERTIFY that, on this 13 day of ulY , 20 20 , before me, an officer duly authorized in the State and County aforesaid to take acknowledgments, personally appeared Anthony Roy , x who is personally known to me or _ who has produced as identification. El LORIAULIN Notary Public - State of Florida Commission a GG 284332 My Comm. Expires Jan 7, 2023ded through National Notary Assn.a, �W� PrinMame Lori Aulin Notary Public in and for the County and State Aforementioned My commission expires: 01/07/2023 END OF SECTION 00470-2 12:41 PM 07/10/20 Accrual Basis Orange Avenue Enterprises LLC Profit & Loss January through December 2019 Ordinary Income/Expense Income Construction Income Rental income Uncategorized Income Total Income Cost of Goods Sold Design Dumpster Equipment Rental Job Labor Gross Wages -Jobs Total Job Labor Materials Other Cost of Goods Sold Permits Portable Toilet Subcontractors Tools and Small Equipment Total COGS Gross Profit Expense Advertising Auto & Truck Expenses Auto Repairs & Maint Fuel Insurance -Auto Parking & Tolls Registration Renewal Auto & Truck Expenses - Other Total Auto & Truck Expenses Bad Debt Bank Service Charges Business Licenses Cleaning/Janitorial Computer Supplies/Equipment Software Computer Supplies/Equipment - Other Total Computer Supplies/Equipment Contributions Dues and Subscriptions Gifts to Others Insurance -Liability Insurance -Property 1420 Seminol Insurance -Workers Comp Insurance - Health Insurance - Umbrella Interest Expense 131 Triplet NE Interest Credit Card Interest Seacoast Loan Interest Expense - Other Total Interest Expense Meals & Entertainment Non Deductible Expenses Office Expense Jan - Dec 19 2,383,044.12 2,250.00 0.00 2,385,294.12 28,185.11 27,525.16 21,472.28 152,900.40 152, 900.40 612,031.43 14, 231.40 9,508.72 115.85 1,017,387.39 3.736.68 1,887,094.42 498,199.70 7,546.40 2,153.94 18,013.48 9,178.00 1,177.77 134.50 347.10 31,004.79 7,902.89 862.61 299.51 690.00 1,828.87 1,261.73 3,090.60 1,800.00 289.87 410.52 18,483.48 746.21 34,660.36 14,591.13 5,227.23 2,517.16 12, 500.72 11,070.04 7,205.83 33,293.75 10, 517.55 0.00 4.757.33 Page 1 12:41 PM Orange Avenue Enterprises LLC 0710/20 Profit & Loss Accrual Basis January through December 2019 Payroll Expenses Gross Wages - Office Gross Wages - Officer Total Payroll Expenses Payroll Service Fees Payroll Taxes Postage and Delivery Professional Fees Accounting Bookkeeping Computer Consultants Legal Fees Other Professional Fees Professional Fees - Other Total Professional Fees Property Tax -1420 Seminola Reconciliation Discrepancies Rent Repairs & Maintenance Taxes & Licenses Telephone Travel Airfare, Lodging & Transport Mileage Travel - Other Total Travel Uniforms Utilities Electric Internet Service Water Utilities - Other Total Utilities Total Expense Net Ordinary Income Other Income/Expense Other Income Other Income Total Other Income Other Expense Ask Anthony Total Other Expense Net Other Income Net Income Jan - Dec 19 41,192.19 135,000.32 176,192.51 646.00 22,971.35 387.46 4,250.00 11,445.00 2,103.75 14, 895.76 494.35 397.98 33,586.84 3,303.83 500.00 231.16 5,933.18 8,873.69 3,732.89 4,777.16 105.00 267.10 5,149.26 1,453.60 795.41 2,771.06 378.61 0.00 3,945.08 443,081.08 55,118.62 14, 000.00 14,000.00 44.75 44.75 13,955.25 69,073.87 Page 2 12:44 PM 07/10/20 Accrual Basis Orange Avenue Enterprises LLC Balance Sheet As of December 31, 2019 ASSETS Current Assets Checking/Savings Seacoast Checking Suntrust Operating Total Checking/Savings Accounts Receivable Accounts Receivable Total Accounts Receivable Other Current Assets Due To/From Ray's Holding Employee Advances Loan to 1420 Seminola LLC Loan to Shareholder Total Other Current Assets Total Current Assets Fixed Assets Accumulated Depr-All Assets Accumulated Depreciation Total Accumulated Depr-All Assets Fixed Assest 2002 Toyota Tundra 2010 Toyota Tacoma 2012 Kia Optima 2017 Toyota Tacoma Automobiles & Trucks Computer & Office Equipment OAE, LLC Office Total Fixed Assest Total Fixed Assets Other Assets 131 Triplet NE Due from QI-1031 Exchange Total Other Assets TOTAL ASSETS LIABILITIES & EQUITY Liabilities Current Liabilities Accounts Payable Accounts Payable Total Accounts Payable Credit Cards Fidelity Visa Frontier Card Home Depot Pro Account Lowe's Am Ex Total Credit Cards Other Current Liabilities 2012 Kia Optima 2017 TOYT TACOMA Loan from Shareholder Payroll Liabilities Federal Unemployment Payable Florida Unemployment Payable Total Payroll Liabilities Dec 31, 19 152.33 55,640.59 55,792.92 197,205.82 197,205.82 5,251.12 7,025.23 1,648.56 60,651.36 74,576.27 327,575.01 -14,409.00 -14,409.00 4,000.00 11,310.00 9,714.88 37,966.12 7,324.83 2,373.02 146,589.15 219,278.00 204,869.00 138,725.47 1,200.00 139,925.47 672,369.48 59,507.41 59,507.41 18,253.43 361.20 14,023.11 12,036.10 44,673.84 994.07 20,375.04 11, 043.00 6.27 2.09 8.36 Page 1 12:44 PM Orange Avenue Enterprises LLC 07/10/20 Balance Sheet Accrual Basis As of December 31, 2019 Dec 31, 19 Seacoast Loan 22,553.14 Security Deposit from Tenants 1,700.00 Total Other Current Liabilities 56,673.61 Total Current Liabilities 160,854.86 Long Term Liabilities N/P - 131 Triplet NE 76,474.47 Seminola Mortgage Loan Payable 108,688.79 Total Long Term Liabilities 185,163.26 Total Liabilities 346,018.12 Equity Distributions -Current Year Distributions -Anthony -8,098.09 Distributions -Ron -7,809.40 Distributions -Current Year - Other -5,700.00 Total Distributions -Current Year -21,607.49 Retained Earnings 278,884.98 Net Income 69,073.87 Total Equity 326,351.36 TOTAL LIABILITIES & EQUITY 672,369.48 Page 2 Form Request for Taxpayer Give Form to the Identification Number and Certification requester. Do not (Rev. October 2018) Department of the Treasury send to the IRS. Internal Revenue Service ► Go to www.irs.gov/FormW9 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. Orange Avenue Enterprises, LLC. 2 Business name/disregarded entity name, if different from above M 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 Ca following seven boxes. certain entities, not individuals; see CL instructions on page 3): o ❑ Individual/sole proprietor or ElC Corporation ❑ S Corporation ❑ Partnership ElTrust/estate C single -member LLC Exempt payee code (if any) CL ❑✓ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► S `p « Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting rn LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is code if an ( y) 'i another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that is disregarded from the owner should check the appropriate box for the tax classification of its owner. d ❑ Other (see instructions) ► (Applies t..c ou is .inWa d outside the U.S.) W 5 Address (number, street, and apt. or suite no.) See instructions. Requester's name and address (optional) CD CQ)n 1420 Seminola Blvd. 6 City, state, and ZIP code Casselberry, FL 32707 7 List account number(s) here (optional) 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 resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other FM - m - C��� entities, it is vour emolover identification number (EIN). if you do not have a number, see How to qet 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 I Employer identification number Number To Give the Requester for guidelines on whose number to enter. 2 0- 4 4 4 8 3 7 5 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 (if 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. btgn Signature of Here U.S. person ► L^ ^�'1 Date ► 03/04/2020 General Instructions Section references are to the Internal Revenue Code unless otherwise 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/FormW9. 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) • 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) LOCAL BUSINESS TAX RECEIPT CITY OF CASSELBERRY 95 TRIPLET LAKE DRIVE CASSELBERRY, FLORIDA 32707 Business narne: ORANGE AVENUE ENTERPRISES LLC Location address: 1420 SEMINOLA BLVD City/State: CASSELBERRY FL 32707-3626 ORANGE AVENUE ENTERPRISES LLC 1420 SEMINOLA BLVD CASSELBERRY FL 32707-3626 ISSUE DATE: August 15, 2019 EXPIRATION DATE: September 30,2020 TAX RECEIPT# CLASSIFICATION FEES PAID 20-00021432 CONSTRUCTION 115.76 20-00021433 SEMINOLE COUNTY FEE B 45.00 LICENSE COWNIENTS AND RESTRICTIONS: GENERAL CONTRACTOR & ROOFING CONTRACTOR STATE LICENSE NO. CGC 1512126 & CCC 1328212 IMPORTANT: THIS TAX RECEIPT :MUST BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS. M a Z 0 c ci D w -°a N Q = sW Q � L C1C w w m Q Co Z 1 = Z r) Lu N V E N Z W J I.L J cqN vi L- O V'1 tI� Q Z �"`� c O V'l Z~w, W w N `-CY) u y, cu ui CIC 0 J — " w CL m t�' u LL c LL p a! R& n w0 d � =$ WZ LLI V O W O °~' ~� n m Z 0 Qw �_ ZQ�-w WoLn L - g o U w cnUl) cn _ � c� 4- Z - O F- ,. Q t� <t � z Q <u U a� 00 V u Z �' _ Q x> CIC (Y O W � � ® (!') +' L~ Z % Q Ln o z W Q a W Z 0� v a w a - �— U F- o 4 C�6 N N Q a W I- i P r t �� D D i A� V CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY) 5/11/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must 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 CONTCT NAME: Kristin a Bailey PHONEIAIC No. (407)838-3445 A/D NO; (407)838-3460 LRA Insurance E-MAIL SS: kbailey@lrainsurance.com ADDRE 498 S Lake Destiny Dr INSURERS AFFORDING COVERAGE NAIC # INSURER A: Colony Ins. Co. '39993 Orlando FL 32810 INSURED INSURERB:AutO Owners Insurance Co. 18988 INSURER c: American Builders Insurance Co 11240 ORANGE AVENUE ENTERPRISES LLC INSURERD: 1420 Seminola Blvd INSURER E: INSURER F: CASSELBERRY FL 32707 COVERAGES CERTIFICATE NUMBER:20/21 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 Amg) WvnDDL SUER POLICY NUMBER POLICY EFF MM/DDIYYYY POLICY EXP MMIDDIYYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 A CLAIMS -MADE o OCCUR PREM SES Ea o cu�Orence 100, 000 S MED EXP (Any one person) $ 5,000 103GL0033950-00 2/27/2020 2/27/2021 PERSONAL &ADV INJURY $ 1,000,000 GEN'LAGGREGATE LIMITAPPLIES PER: GENERALAGGREGATE S 2,000,000 PRODUCTS-COMP/OPAGG $ 2,000,000 X POLICY a PEC LOC S OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S 1,000,000 Ea accident_ BODILY INJURY (Per person) S B X ANYAUTO ALL OWNED SCHEDULED AUTOS AUTOS 52-823686-00 5/12/2020 5/12/2021 BODILY INJURY (Per accident) S PROPERTY DAMAGE $ Per accident NON -OWNED HIREDAUTOS AUTOS Medical payments S 5,000 UMBRELLA LAB X OCCUR EACH OCCURRENCE S 4,000 000 AGGREGATE S 4,000,000 A X EXCESS LIAB CLAIMS -MADE DED I I RETENTION S S XS4247503 2/27/2020 2/27/2021 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y ANY PROPRIETOR/PARTNERIEXECUTIVE PER E X IR STATUTE ER _ E.L. EACH ACCIDENT S 1,000,000 E.L. DISEASE- EA EMPLOYEE S 1,000,000 C OFFICER/MEMBER EXCLUDED? ❑ (Mandatory in NH) NIA WCV 0282171 01 5/15/2020 5/15/2021 E.L. DISEASE - POLICY LIMIT $ 1,000, 000 If yes, describe under DESCRIPTION OF OPERATIONS below I I I DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION ACORD 25 (2014/01) INS026 (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 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN PO Box 1788 ACCORDANCE WITH THE POLICY PROVISIONS. Sanford, FL 32772 AUTHORIZED REPRESENTATIVE M Delaney/KBAIL ACORD 25 (2014/01) INS026 (201401) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD