2277 RFP 19/20-72 Remodeling Station 38 Restroom & HallwayTo: City Clerk/Mayor
RE: RFP 19/20-72 Remodeling Station 38 Restroom and Hallway
The item(s) noted below is/are attached and forwarded to your office for the following action(s):
Fj
Development Order
❑
Mayor's signature
❑
Final Plat (original mylars)
❑
Recording
❑
Letter of Credit
❑
Rendering
❑
Maintenance Bond
Z
Safe keeping (Vault)
❑
Ordinance
❑
Deputy City Manager
❑
Performance Bond
❑
Payment Bond
❑
Resolution
❑
City Manager Signature
City Clerk Attest/Signature
❑
City Attorney/Signature
Once completed, please:
❑ Return originals to Purchasing- Department
❑ Return copies
F
Special Instructions:
L-i,cn.�lyey 13ojaq�zi4ev-
From
SharePoint—Finaiice—Purcliasing_Forms - 2018.doc
11/1q/2020
Date
SECTION 00520
PART 1 GENERAL
1.01 THIS AGREEMENT, made and entered into the_L2 _�day of 1_ (2M
\DJ!Qe 2020
L'
by and between the City of Sanford, Florida, 300 North Park Avenue, Sanford, Florida
32771, a municipal corporation of the State of Florida, holding tax exempt status,
hereinafter referred to as the "CITY" (also referred to as "OWNER") and HydraDry
Incorporated, 3615 N. Apopka Vineland Rd Orlando, FL 32818, hereinafter referred to as
to as the "CONTRACTOR". The CITY and the CONTRACTOR are collectively referred
to herein as the Parties.
1.02 The Owner and Contractor Agree as Follows:
A. The Contract Documents include the Agreement, Addenda (which pertain to the
Contract Documents), Contractor's Bid, Notice to Proceed, the Bonds, the
General Conditions, the Supplementary Conditions, the Specifications listed in
the Index to the Project Manual, any technical specifications as incorporated by
the Project Manual; the Drawings as listed in the Project Manual, all Written
Amendments, Change Orders, Work Change Directives, Field Orders, Engineer's
written interpretations and clarifications issued on or after the Effective Date of
this Agreement, and all documents which are fully a part of the Contract with the
City are identified by title and number as set forth below and are available for
review at and downloading from the City's Web site (site in full) and all
documents are agreed to be incorporated into the Contract as if physically
attached to the Contract and are, further, agreed to be incorporated into the
Contract as if fully set forth therein verbatim. The Contract Documents include:
1. Section 00410 Contractor's Bid.
2. Section 00420 Bid Bond Form
3. Section 00430 Trench Safety Statement
4. Section 00432 Non Collusion Affidavit
5. Section 00434 Conflict of Interest Affidavit
6. Section 00436 Florida Public Entities Crime Affidavit
7. Section 00438 Compliance With the Public Records Law Affidavit
8. Section 00440 Bidder Qualification Affidavit
9. Section 00442 Receipt of Exempt Public Records and Agreement to
Safeguard (Executed Form)
10. Section 00450 Cert. Non -Segregated Facilities
11. Section 00452 Disputes Disclosure
12. Section 00454 Drug Free Workplace Affidavit
13. Section 00456 Unauthorized (illegal) Alien Worker Affidavit
14. Section 00458 E -Verify Compliance Affidavit
15. Section 00460 ADA Affidavit
16. Section 00462 Financial Information (Executed Form) (if Required by
City).
17. Section 00463 Florida Trench Safety Act Statement
18. Section 00505 Notice of Intent to Award
19. Section 00510 Notice of Award
20. Section 00520 Executed, Agreement Form.
AGREEMENT 520
RFP 19120-72 Remodeling Station 38 Restrooms and Hallway
Due June 18, 2020 at 2:OOPM 00620-1
"g,
E DEPARTMENT
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.
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 (%) 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 $59,000.00 Payments will be made to the
Contractor on the basis of the schedule of Unit Prices included as a part of this
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
AGREEMENT 520
RFP 19/20-72 Remodeling Station 38 Restrooms and Hallway
Due June 18, 2020 at 2:0013M 00520-3
(including, but not limited to, its officers, employees, and agents) the
agent, representative, or employee of the CITY for any purpose, or in any
manner, whatsoever. The CONTRACTOR is to be and shall remain
forever an independent contractor with respect to all services performed
under this Agreement.
8. Persons employed by the CONTRACTOR in the provision and
performance of the goods and/or services and functions pursuant to this
Agreement shall have no claim to pension, workers' compensation,
unemployment compensation, civil service or other employee rights or
privileges granted to the CITY's officers and employees either by
operation of law or by the CITY.
9. No claim for goods and/or services furnished by the CONTRACTOR not
specifically provided for herein shall be honored by the CITY.
10. Execution of this Agreement by the CONTRACTOR is a representation
that the CONTRACTOR is familiar with the goods and/or services to be
provided and/or performed and with local conditions. The
CONTRACTOR shall make no claim for additional time or money based
upon its failure to comply with this Agreement. The CONTRACTOR has
informed the CITY, and hereby represents to the CITY, that it has
extensive experience in performing and providing the services and/or
goods described in this Agreement and that it is well acquainted with the
components that are properly and customarily included within such
projects and the requirements of laws, ordinance, rules, regulations or
orders of any public authority or licensing entity having jurisdiction over
the CITY's Projects.
11. Quality, Professional Standards, and Security Requirements
a. Under this paragraph 11, the term "CONTRACTOR'S employees"
shall include CONTRACTOR'S agents, employees and
SUBCONTRACTORS extending to SUBCONTRACTORS agents
and employees.
b. The CONTRACTOR shall be responsible for the professional
quality, accepted standards, technical accuracy, neatness of
appearance of employees, employee conduct, safety, and the
coordination of all services furnished by the CONTRACTOR under
any Agreement resulting from this solicitation. The City reserves
the right to require all CONTRACTOR employees, when on City
property or work sites, to wear identification badges at all times
which, at a minimum, provides the name of the employee and the
CONTRACTOR.
C. The CITY reserves the right to require the CONTRACTOR to
provide to the CITY a list of employees working on the project.
Also, the list shall include employee working days, times and
assignments within forty-eight (48) hours of the CITY's written
request for such information. This information will be reviewed,
AGREEMENT 520
RFP 19/20-72 Remodeling Station 38 Restrooms and Hallway
Due June 18, 2020 at 2:0013M 00520-5
7M -
FINANCE DEPARTMENT
12. Neither the CITY's review, approval or acceptance of, nor payment for,
any of the goods and/or services required shall be construed to operate
as a waiver of any rights under this Agreement or of any cause of action
arising out of the performance of this Agreement and the CONTRACTOR
shall be and remain liable to the CITY in accordance with applicable law
for all damages to the CITY caused by the CONTRACTOR negligent or
improper performance or failure to perform any of the goods and/or
services furnished under this Agreement.
13. The rights and remedies of the CITY, provided for under this Agreement,
are in addition to any other rights and remedies provided by law.
14. Time is of the essence in the performance of all goods and/or services
provided by the CONTRACTOR under the terms of this Agreement.
15. Invoices, which are in an acceptable form to the CITY and without
disputable items, which are received by the CITY, will be processed for
payment within thirty (30) days of receipt by the CITY.
16. The CONTRACTOR will be notified of any disputable items contained in
invoices submitted by the CONTRACTOR within fifteen (15) days of
receipt by the CITY with an explanation of the deficiencies.
17. The CITY and the CONTRACTOR will make every effort to resolve all
disputable items contained in the CONTRACTOR's invoices.
18. Each invoice shall reference this Agreement, the appropriate billing
period.
19. The Florida Prompt Payment Act shall apply when applicable. A billing
period represents the dates in which the CONTRACTOR completed
goods and/or services referenced in an invoice.
20. Invoices are to be forwarded directly the City's designated CEI
representative, as identifed at the preconstruction meeting, for review and
processing.
21. CITY designates the City Manager or his/her designated representative,
to represent the CITY in all matters pertaining to and arising from the
work and the performance of this Agreement.
22. The City Manager, or his/her designated representative, shall have the
following responsibilities:
a. Examination of all work and rendering, in writing, decisions
indicating the CITY's approval or disapproval within a reasonable
time so as not to materially delay the work of the CONTRACTOR;
b. Transmission of instructions, receipt of information, and
interpretation and definition of CITY's policies and decisions with
AGREEMENT 520
RFP 19120-72 Remodeling Station 38 Restrooms and Hallway
Due June 18, 2020 at 2:OOPM 00520-7
,010
Al
L
w
XF/P NA EPARTMENT
26. In the event that this Agreement is terminated for cause and it is later
determined that the cause does not exist, then this Agreement or the
PurchaseNVork Order shall be deemed terminated for convenience by the
CITY and the CITY shall have the right to so terminate this Agreement
without any recourse by the CONTRACTOR.
27. The CONTRACTOR may terminate this Agreement only if the CITY fails
to pay the CONTRACTOR in accordance with this Agreement.
28. Notwithstanding any other provision of this Agreement, the CITY shall
have the right at any time to terminate this Agreement in its entirely
without cause, if such termination is deemed by the CITY to be in the
public interest, in writing of deficiencies or default in the performance of
its duties under the Agreement and the CONTRACTOR shall have ten
(10) days to correct same or to request, in writing, a hearing. Failure of
the CONTRACTOR to remedy said specified items of deficiency or
default in the notice by either the CITY's designated representative within
ten (10) days of receipt of such notice of such decisions, shall result in the
termination of the Agreement, and the CITY shall be relieved of any and
all responsibilities and liabilities under the terms and provisions of the
Agreement.
29. The CITY shall have the right to terminate this Agreement without cause
with a sixty (60) day written notice to the other party. The CITY reserves
the right to terminate any Agreement for cause with a five (5) day written
notice to the CONTRACTOR. Notice shall be served to the parties as
specified in the Agreement.
30. In the event that this Agreement is terminated, the CITY shall identify any
specific work to be continued to completion pursuant to the provisions of
this Agreement.
31. In the event that after the CITY termination for cause for failure of the
CONTRACTOR to fulfill its obligations under this Agreement it is found
that the CONTRACTOR has not so failed, the termination shall be
deemed to have been for convenience and without cause.
32. In the event this Agreement is terminated or canceled prior to final
completion without cause, payment for the unpaid portion of the services
provided by the CONTRACTOR to the date of termination and any
additional services shall be paid to the CONTRACTOR.
33. Upon receipt of notice of termination, given by either party, the terminated
party shall promptly discontinue the provision of all goods and/or services,
unless the notice provides otherwise.
34. The performance or provision of the CONTRACTOR's goods and/or
services under this Agreement may be suspended by the CITY at any
time.
AGREEMENT 520
RFP 19/20-72 Remodeling Station 38 Restrooms and Hallway
Due June 18, 2020 at 2:OOPM 00520-9
b. In accordance with Section 725.06, Florida Statutes, adequate
consideration has been provided to the CONTRACTOR for this
obligation, the receipt and sufficiency of which is hereby
specifically acknowledged.
C. Nothing herein shall be deemed to affect the rights, privileges, and
immunities of the CITY as set forth in Section 768.28, Florida
Statutes.
d. In claims against any person or entity, indemnification under this
Section by an employee of the CONTRACTOR or its agents or
subCONTRACTORs, anyone directly or indirectly employed by
them or anyone for whose acts they may be liable, the
indemnification obligation under this Section shall not be limited by
a limitation on amount or type of damages, compensation, or
benefits payable by or for the CONTRACTOR or its agents or
subCONTRACTORs, under Workers Compensation acts,
disability benefits acts, or other employee benefit acts.
e. The execution of this Agreement by the CONTRACTOR shall
obligate the CONTRACTOR to comply with the indemnification
provision of this Agreement; provided, however, that the
CONTRACTOR must also comply with the provisions of this
Agreement relating to insurance coverage.
The CONTRACTOR shall submit a report to the CITY within
twenty-four (24) hours of the date of any incident resulting in
damage or which is reasonably likely to result in a claim of
damage.
39. The CONTRACTOR shall obtain or possess and continuously maintain
the insurance coverage as set forth and required in the bid documents.
40. All insurance other than Workers Compensation and Professional Liability
that must be maintained by the CONTRACTOR shall specifically include
the CITY as an additional insured.
41. The CONTRACTOR shall provide Certificates of Insurance to the CITY
evidencing that all such insurance is in effect prior to the issuance of the
first Purchase/Work Order under this Agreement from the CITY. These
Certificates of Insurance shall become part of this Agreement. Neither
approval by the CITY nor failure to disapprove the insurance furnished by
a CONTRACTOR shall relieve the CONTRACTOR of the
CONTRACTOR's full responsibility for performance of any obligation
including the CONTRACTOR's indemnification of the CITY under this
Agreement. If, during the period which an insurance company is
providing the insurance coverage required by this Agreement, an
insurance company shall: (1) lose its Certificate of Authority, (2) no longer
comply with Section 440.57, Florida Statutes, or (3) fail to maintain the
requisite Best's Rating and Financial Size Category, the CONTRACTOR
shall, as soon as the CONTRACTOR has knowledge of any such
AGREEMENT 520
RFP 19/20-72 Remodeling Station 38 Restrooms and Hallway
Due June 18, 2020 at 2:0013M 00520-11
oil
FINANCE DEPARTMENT
have, The CONTRACTOR further certifies that any conflict of interest
that arises during the term of this Agreement shall be immediately
disclosed in writing to the CITY. Violation of this Section shall be
considered as justification for immediate termination of this Agreement.
51. The CONTRACTOR shall ensure that all taxes due from the
CONTRACTOR are paid in a timely and complete manner including, but
not limited to, occupational license tax.
52. If the CITY determines that any employee or representative of the
CONTRACTOR is not satisfactorily performing his/her assigned duties or
is demonstrating improper conduct pursuant to any assignment or work
performed under this Agreement, the CITY shall so notify the
CONTRACTOR, in writing. The CONTRACTOR shall immediately
remove such employee or representative of the CONTRACTOR from
such assignment.
53. The CONTRACTOR shall not publish any documents or release
information regarding this Agreement to the media without prior approval
of the CITY.
54. The CONTRACTOR shall certify, upon request by the CITY, that the
CONTRACTOR maintains a drug free workplace policy in accordance
with Section 287.0878, Florida Statutes. Failure to submit this
certification may result in termination.
55. If the CONTRACTOR or an affiliate is placed on the convicted vendor list
following a conviction for a public entity crime, such action may result in
termination by the CITY. The CONTRACTOR shall provide a certification
of compliance regarding the public crime requirements set forth in State
law upon request by the CITY.
56. The CITY reserves the right to unilaterally terminate this Agreement if the
CONTRACTOR refuses to allow public access to all documents, papers,
letters, or other materials subject to provisions of Chapter 119, Florida
Statutes, and other applicable law, and made or received by the
CONTRACTOR in conjunction, in any way, with this Agreement.
57. The CONTRACTOR shall comply with the requirements of the Americans
with Disabilities Act (ADA), and any and all related Federal or State laws
which prohibits discrimination by public and private entities on the basis of
disability.
58. The CITY will not intentionally award publicly -funded contracts to any
contractor who knowingly employs unauthorized alien workers,
constituting a violation of the employment provisions contained in 8
U.S.C. Section 1324a(e) Section 274A(e) of the Immigration and
Nationally Act (INA). The CITY shall consider the employment by the
CONTRACTOR of unauthorized aliens, a violation of Section 274A(e) of
the INA. Such violation by the CONTRACTOR of the employment
AGREEMENT 520
RFP 19/20-72 Remodeling Station 38 Restrooms and Hallway
Due June 18, 2020 at 2:OOPM 00520-13
CITY OF
S,ki4FORD
0 FINANCE DEPARTMENT
an audit as provided for in this Section, and the total compensation so
determined shall be used to calculate final payment to the
CONTRACTOR. Conduct of this audit shall not delay final payment as
required by this Section.
67. In addition to the above, if Federal, State, County, or other entity funds
are used for any goods and/or services under this Agreement, the
Comptroller General of the United States or the Chief Financial Officer of
the State of Florida, or the County of Seminole, or any representatives,
shall have access to any books, documents, papers, and records of the
CONTRACTOR which are directly pertinent to goods and/or services
provided or performed under this Agreement for purposes of making
audit, examination, excerpts, and transcriptions.
68. In the event of any audit or inspection conducted reveals any
overpayment by the CITY under the terms of the Agreement, the
CONTRACTOR shall refund such overpayment to the CITY within thirty
(30) days of notice by the CITY of the request for the refund.
69. The CONTRACTOR agrees to fully comply with all State laws relating to
public records.
70. The CONTRACTOR agrees that if any litigation, claim, or audit is started
before the expiration of the record retention period established above, the
records shall be retained until all litigation, claims or audit findings
involving the records have been resolved and final action taken.
71. The CONTRACTOR shall not sublet, assign or transfer any interest in this
Agreement, or claims for the money due or to become due out of this
Agreement to a bank, trust company, or other financial institution without
written CITY approval. When approved by the CITY, written notice of
such assignment or transfer shall be furnished promptly to the CITY.
72. Any CONTRACTOR proposed subcontractors shall be submitted to the
CITY for written approval prior to the CONTRACTOR entering into a
subcontract. Subcontractor information shall include, but not be limited
to, State registrations, business address, occupational license tax proof of
payment, and insurance certifications.
73. The CONTRACTOR shall coordinate the provision of goods and/or
services and work product of any CITY approved subcontractors, and
remain fully responsible for such goods and/or services and work under
the terms of this Agreement.
74. Any subcontract shall be in writing and shall incorporate this Agreement
and require the subcontractor to assume performance of the
CONTRACTOR's duties commensurately with the CONTRACTOR's
duties to the CITY under this Agreement, it being understood that nothing
herein shall in any way relieve the CONTRACTOR from any of its duties
under this Agreement. The CONTRACTOR shall provide the CITY with
executed copies of all subcontracts.
AGREEMENT 520
RFP 19/20-72 Remodeling Station 38 Restrooms and Hallway
Due June 18, 2020 at 2:00PIVI 00520-15
notification (e-mails and message boards) shall not constitute proper
written notice under the terms of the Agreement.
84. The failure of the CITY to insist in any instance upon the strict
performance of any provision of this Agreement, or to exercise any right
or privilege granted to the CITY hereunder shall not constitute or be
construed as a waiver of any such provision or right and the same shall
continue in force.
85. In no event shall any obligation of the CITY under this Agreement be or
constitute a general obligation or indebtedness of the CITY, a pledge of
the ad valorem taxing power of the CITY or a general obligation or
indebtedness of the CITY within the meaning of the Constitution of the
State of Florida or any other applicable laws, but shall be payable solely
from legally available revenues and funds.
86. The CONTRACTOR shall not have the right to compel the exercise of the
ad valorem taxing power of the CITY.
87. Each exhibit referred to and attached to this Agreement is an essential
part of this Agreement. The exhibits and any amendments or revisions,
thereto, even if not physically attached hereto, shall be treated as if they
are part of this Agreement.
88. The Section headings and captions of this Agreement are for
convenience and reference only and in no way define, limit, describe the
scope or intent of this Agreement or any part thereof, or in any way affect
this Agreement or construe any provision of this Agreement.
89. If any term, provision or condition contained in this Agreement shall, to
any extent, be held invalid or unenforceable, the remainder of this
Agreement, or the application of such term, provision or condition to
persons or circumstances other than those in respect of which it is invalid
or unenforceable, shall not be affected thereby, and each term, provision
and condition of this Agreement shall be valid and enforceable to the
fullest extent permitted by law when consistent with equity and the public
interest.
90. All provisions of this Agreement shall be read and applied in para materia
with all other provisions hereof.
91. In the event of a dispute related to any performance or payment
obligation arising under this Agreement, the parties agree to exhaust any
alternative dispute resolution procedures reasonably imposed by the
CITY prior to filing suit or otherwise pursuing legal remedies.
92. The CONTRACTOR agrees that it will file no suit or otherwise pursue
legal remedies based on facts or evidentiary materials that were not
presented for consideration to the CITY in alternative dispute resolution
procedures or which the CONTRACTOR had knowledge and failed to
present during the CITY procedures.
AGREEMENT 520
RFP 19/20-72 Remodeling Station 38 Restrooms and Hallway
Due June 18, 2020 at 2:OOPM 00520-17
S ORD
FINANCE DEPARTMENT
CLERK, CITY OF SANFORD, CITY HALL, 300 NORTH PARK
AVENUE, SANFORD, FLORIDA 32771,
HOUCHIN
NM,SAN FORD FL.GOV.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year
first above written.
CONTRACTOR:
Hvdra Drv. Inc.
Name o it
By (Signature) Date
MCA<
Mark Davideit, President
ATTEST:
By (Signature) DatV�
cle, 4 --
Melissa Davideit, Vice President
*M6 11101m, royo,
Name of O ner
/Z
By (SiLure) Date
Art Woodruff. Mavor
Printed Name and Title
ATTEST:
6f I a b 0a, to lu 0 1 RI Q N\
By (Signature) Date
Traci Houchin, City Clerk
Printed Name and Title
Approved as to form and
Legal sufficiency.,
William L. Colbert Date
City Attorney
END OF SECTION
AGREEMENT 520
RFP 19120-72 Remodeling Station 38 Restrooms and Hallway
Due June 18, 2020 at 2:OOPM 00520-19
(SEAL)
MI'mm"'I'llifflu,
,,A
CLEANHVI„ GE SPECIALISTS
TABLE OF CONTENTS
TAB A. FIRM QUALIFICATIONS AND EXPERIENCE
TAB B. SIMILAR PROJECTS
TAB C. PROJECT APPROACH
TAB D. RFP SOLICITATION RESPONSE REQUIRED FORMS
TAB F. ADDITIONAL INFORMATION
CLEARING &WATER DAMAGE SPECIALISTS
TAB A. FIRM QUALIFICATIONS AND EXPERIENCE
A. LETTER OF TRANSMITTAL
June 18, 2020
City of Sanford
Finance Department
Purchasing Division
300 N. Park Avenue, Suite 243, 2°d Floor
Sanford, Florida 32771
RE: REQUEST FOR PROPOSAL FOR REMODELING STATION 38 RESTROOMS
AND HALLWAY, RFP 19/20-72
Dear Committee Members:
Hydradry Inc. is pleased to submit our qualifications for the Remodeling Station 38 Restrooms
and Hallway, RFP 19/20-72. We have reviewed the RFP documents with regards to your projects,
and feel confident that we are qualified to provide services in to this project.
Corporate Organization Structure
President/C.E.O.
Vice President Assistant Vice President
Central Florida Director
C.F. Field Operations
Directors
C.F. Const. Service
Supervisors
Field Restoration/Const.
Tech.
Sales/Marketing Director
Internet Sales Personnel
Field Client Services Rep.
Philosophy/Mission Statement
Tampa Bay Director
Tampa Filed Operations
Directors
Tampa Const. Service
Supervisors
Field Restoration/Const.
Tech.
My name is Mark Davideit and I have built a reputation as having an unconventional management
style. As CEO of HYDRADRY, Inc — an entity which operates in a number of cities in the
Southeast United States as a Property Restoration and General Contracting firm. And is a leader
in damage restoration and recovery services industry since 1974. 1 carefully watch every penny
spent to ensure our client the best value and price, but I do not hesitate to jump to the needs of my
employees and clients. My philosophy? HYDRADRY and its Clients are my family. Abandoning
traditional business proceedings in order to put more stock in my greatest asset—people—My staff
and I prefer to constantly grow our business in order to expand our family, which today includes
over 50 men and women and hundreds of clients through 1000's of projects.
CLEANING & WArEFR DAMAGE SPECIALISTS
City of Sanford
Finance Department
Purchasing Division
June 18, 2020
Widely recognized as a preeminent figure in the restoration and construction industry, we have
developed an influential following of decision makers who we believe like our management style.
My presentations reflect my management philosophies through my personal journey as a leader
and my intense belief in people from all walks of life. For a lot of companies, it is useful for them
to feel like they have an obvious competitor and rally around that. We at HYDRADRY believe it
is better to shoot higher. We do not want to be looking at our competitors. We want to be looking
at what is possible and how to make our business and industry better. Failure is not in our staff or
my vocabulary.
Location: We are located at 3615 N. Apopka Vineland Rd. Orlando, FL 32818.
Our location is a 3 -acre compound (I- Office 2500 Sq. Ft. Warehouse 2500 Sq. Ft, 2- a 4,000 Sq.
Ft. warehouse, 3 — 4,000 Sq. Ft. warehouse 13,000 Sq. Ft 10 Bay Warehouse). This facility is
where we keep our construction equipment (Hi Lift, etc.), Restoration Equipment (Dehumidifiers,
Drying Fans, etc.), trucks, vans, etc.
We are committed to meeting the time and budget expectations for this project. We thank you for
the opportunity to provide our qualifications to serve the City of Sanford and look forward to
working together. Also, it will be an honor to rebuild the facilities for the City of Sanford, Fire
Station 38; Hydradry wants to acknowledge the ones who serve our community building versatile
and enjoyable facilities. Please feel free to call us for any questions during the review of our
proposal.
Thank you for your consideration.
Sincerely,
Mark R. Davideit
President/C.E.O.
MI'MM ElIffarall
2
CLEANING & WA TERDANYAGE SPECIALISTS
B. INDIVIDUALS AND QUALIFICATIONS
Hydradry met the minimum requirements for the City of Sanford. Hydradry has been in
business with the State of Florida since 1974. We hold all the licenses and certificates
requested for this solicitation (see Tab D). Experience is explained in detail in this section
and Tab C.
Hydradry Inc. has a team ready to address your project. We have assembled a team of
qualified and outstanding professionals to work on all aspects of your project. The team
will be lead by Daniyar Duysenov. He will be your lead in ensuring that all Hydradry
personnel assigned to your project adhere to our "TEAM APPROACH". We work with
our clients and not against them. The client is always first. We are confident that the
structure we are proposing for your project will be a success based on our previous
experience.
Personnel profiled in the attached resumes have been selected by Hydradry's senior
management based on their previous ability to complete projects of similar type, scale, and
our "Team Approach". Their resumes attest to their knowledge, experience, capabilities,
and comprehensive services you deserve.
These personnel having been hand selected to ensure that you are provide the best service
and expertise in the market.
Key Factors of Hydradry's Team:
011811bb"',
CLEARING & WATERDAM AGE S11ECIALLSTS
Communication
Hydradry knows the importance of effective communication. Communication is vital to
the successful completion of any construction project. Hydradry poses good
communication skills, teamwork and leadership for a successful project completion.
Expertise
Hydradry has acquired specialized knowledge in the construction field since 1974. We
understand how different parts of the process fit together and knows the facts that waste,
excessive cost and delays is the result of poor experience, communication and lack of
organization. Hydradry main interest is the owners (City of Sanford) and to ensure that
such problems do not occur.
Specialized knowledge can be very beneficial, particularly in large and complicated
projects, since experts in various specialties can provide valuable services. However, it is
advantageous to understand how the different parts of the process fit together. Waste,
excessive cost and delays can result from poor coordination and communication among
specialists. It is particularly in the interest of owners to ensure that such problems do not
occur. And it behooves all participants in the process to heed the interests of owners
because, in the end, it is the owners who provide the resources and call the shots.
Hydradry responsibility is the commitment of the entire process of the project management
to make sure the owner's desires. Hydradry has a good corporate reputation of quality of
service.
Organization
Hydradry organization skills is one of our major attributes. Hydradry will make sure the
project is done on time and under budget, Hydradry will keep all aspects of the project
organized and running smoothly. Hydradry's crew member are efficient, qualified,
productive and a professional attitude. Hydradry will make sure to do the job right the first
time.
CLEANING & WATER DAMAGE SPE'CIALISrS
CITY OF SANFORD'S TEAM
Daniyar Duysenov
Director of
Construction
Senior Project
Director
Traci Mckinney Robert Messer
Construction Estimator
Administration I
Iml
CLEANING &WAl"ER DAMAGE SPECIA13ST'S
Daria"yar
DiuFi,y,o,,w;enov
Director of Construction
Enthusiastic construction professional eager to contribute to team success through hard work,
attention to detail, and excellent organization skills. Accustomed to working in a fast paced,
hands-on work environment while delivering new and effective solutions to business
challenges.
Responsible to overseeing all construction operations. Dan is focus in teamwork and goal
accomplishment. He will guide the entire team to perform above and beyond their own as
well as the client's expectation.
Valencia College, Orlando, Florida
Associates of Science, Construction Management
EDUCATION
Tashkent Automobile and Road Construction Institute, Russia
Bachelor of Science, Civil Engineering
Certified General Contractor
CERTIFICATIONS Florida Department of Business Regulation
CGC1525607
PROJECT EXPERIENCE
Beardall Senior Center, Orlando, FL
Mold Remediation/Complete Rebuild / 5,000 SF / $183,902 / 2019
Henry Walker Historic House, Orlando, FL
Complete Rebuild/Renovation / 1,900 SF / $352,094 / 2019
Bill Frederick Park, Orlando, FL
Maintenance Facility Renovation / 1,600 SF $48,800 / 2019
Harry P. Leu Gardens, Orlando, FL
Bride and Groom rooms / Mold/Renovation 1$398,500 / 2019
Osceola County, New Dimensions High School, Kissimmee, FL
Mold Mitigation/Renovation School Building / 9,500 SF / $200,000 2018
Housing Assistance of Mount Dora, Mount Dora, FL
Rebuild After Fire/ 1,900 SF / $70,000 / 2017
2911 Old Winter Garden Rd, Orlando, FL
Auto Repair Shop Conversion / 7500 SF / $45,000 / 2015
PeaBody Hotel Parking Garage, Orlando, FL
Project Engineer / 645,000 SF / $22,000,000 / 2009
m.
6
CLEANING & VVATF.RDAMAGE SPE'CIALISrS
Gregory
D,avvidei,. t
Senior Project Director
Greg has over 15 years of experience in the construction industry. He has managed a variety of
different projects from municipal, residential, office, property developments, educational and
industrial. He has vast knowledge on construction means and methods. Greg's knowledge
includes various rehabilitation and remediation projects that required structural reinforcing of
existing structures.
Responsible for managing all project operations. This includes coordination of all construction
activities inclusive of communicating all project requirements and needs with the owners, users,
design professionals, subcontractors, and building officials.
Additionally, he oversees supervising and management field operations. Coordination all work to
be installed and leads company crews when self -performing work. Keeps open lines of
communication with building occupants and ownership to ensure operations of building is not
affected by construction work. Reviews all work in place for quality of workmanship and
specification compliance.
EDUCATION Ocoee H.S., Ocoee, FL
• MS Word &
PROJECT EXPERIENCE WITH HYDRADRY INC.
CERTIFICATIONS
Orange County Utilities -Continuing Contracts, Orlando, FL
• Mold Remediator
Remodel/Rebuild after Water Mitigation/Mold Remediation
• Moisture Mapping
Residence at 241 Rock Springs Dr Kissimmee, FL 34759
• Xactimate
Restoration/Rebuild after Water Mitigation
Certificate
New Dimensions High School, Kissimmee, FL
• Alacrity Certificate
Renovation/Rebuild after Water Mitigation/Mold Remediation
• 11CRC Certificate
City of Orlando, Harry P. Len Gardens, Orlando, FL
• ESA CIAQT
City of Orlando, Eola House, Orlando, FL
Renovation/Remodel house to its original condition
• Bio -Aerosol
Testing
Beardall Senior Center, Orlando, FL
• DASH
Rebuild after Water Mitigation
• MS Word &
City of Orlando, City Hall, Orlando, FL
EXCEL
Restoration after Water Mitigation
• Office Procedures
Bay County Juvenile Court House, Panama City, FL
• Business Process
Mold Remediation/Restoration/Rebuild
Workflow
• Schedule
Clermont Clubhouse, Kissimmee, FL
Management
Remediation/Restoration/Rebuild
• Customer Service
City of Orlando, Harry P. Len Gardens, Orlando, FL
Mold Remediation/Restoration
i11110"
11110"W"I'M115'
7
CLEANING & WATER DAMAGE'SPECIALIS TS
Robert
Estimator
Robert has 30 years of experience in the construction industry serving Central Florida Market.
With $100 million in work estimated Robert wealth of knowledge on industry pricing and
project estimating.
Responsible for reviewing all plans and specifications, Robert has the experience to ensure
nothing falls thru the cracks. He reviews the scope of work and performs construct -abilities
with the project team to ensure there are no scope gaps. Furthermore, he ensures that we
have proper coverage and participation from all our vendors and supplier's delivery while
maintain the budget on every project.
EDUCATION Leesburg H.S., Leesburg, FL
CERTIFICATIONS
PROJECT EXPERIENCE WITH HYDRADRY INC.
•
Mold Remediator
Orange County Utilities -Continuing Contracts, Orlando, FL
•
Moisture Mapping
Remodel/Rebuild after Water Mitigation/Mold Remediation
•
Xactimate
Residence at 241 Rock Springs Dr Kissimmee, FL 34759
Certificate
Restoration/Rebuild after Water Mitigation
•
Alacrity Certificate
•
11CRC Certificate
New Dimensions High School, Kissimmee, FL
Renovation/Rebuild after Water Mitigation/Mold Remediation
•
ESA CIAQT
•
Bio -Aerosol Testing
City of Orlando, Eola House, Orlando, FL
DASH
Renovation/Remodel house to its original condition
•
•
NIS Word & EXCEL
Beardall Senior Center, Orlando, FL
•
Office Procedures
Rebuild after Water Mitigation
•
Business Process
City of Orlando, City Hall, Orlando, FL
Workflow
Restoration after Water Mitigation
•
Schedule
Management
Bay County Juvenile Court House, Panama City, FL
•
Customer Service
Mold Remediation/Restoration/Rebuild
Clermont Clubhouse, Kissimmee, FL
Remediation/Restoration/Rebuild
City of Orlando, Harry P. Len Gardens, Orlando, FL
Mold Remediation/Restoration
I ............... ....... .......
8
CLEANING & WATER DAMAGE SPECIALISTS
rraci
McKinney
Office Manager
EDUCATION
CERTIFICATIONS
• Xactimate
Certificate
• Alacrity Certificate
• IICRC Certificate
• DASH
• MS Word &
EXCEL
• Office Procedures
• Business Process
Workflow
• Schedule
Management
• Customer Service
Traci has over 7 years of experience in the construction industry.
Since 2013 Traci has be instrumental in managing Hydradry's
finances. With her residential and commercial estimating
experience, Traci has development structure to handle the large
project assignments for Hydradry to adhere to all federal, state, and
local law requirements.
Responsible for paperwork, coordinating subcontractors,
processing invoices, maintaining databases, collecting expense
data, recruiting and training employees, and stocking office with
supplies.
West Orange HS, Winter Garden, FL
0 Communication
0 Analysis and Assessment
• Judgment
• Problem Solving
• Decision Making
• Planning and Organization
• Time Management
• Attention to Detail
• Interpersonal Skills
• Motivation
• Empathy
64, "' , "' ""� " E`�,� 0 "A"Y X & "Z
JIIIWIEF, MWYC "i"F. ,, .2PP 5i,,7,XW
CLEARING & W, ATER DAMAGE SPECIALISTS
C. LITIGATION
Hydradry Inc. does not have any outstanding litigations against us that would threaten the
viability of our firm. If given the opportunity to work with the City of Sanford to provide
remodeling services to Fire Station 38, we could begin right away.
CLEANING & WATER DAMAGE SPECIALIST' ;
D. FINANCIAL INFORMATION
Fim-i TliIRD BANIC
May 28, 2020
HYDRADRY, INC.
Mark R. Davideit
3615 N Apopka Vineland Rd Orlando, F132818
To Whom It May Concern:
This letter is to confirm that Hydradry, Inc. has a banking and financial relationship with
Fifth Third Bank. Hydradry, Inc. has had a relationship with Fifth Third Bank since
2006. All accounts and credit facilities are in satisfactory condition with the bank. If you
have additional questions or needs please contact Jeremy Smith at 407-999-3281 or
email at,Iel:eiiiy.sniitli��i)5-1.coiii.
Best Regards,
Jeremy Smith Fifth Third Bank
Business Banking VP 407-999-3281 office
407-492-9217 cell
844-795-8080 — fax
Jerejnv.smini (4-453.corn
0 1", =I HERE
10 11
CL, LISTS
Pictures of Past Projects/Related Experience
241 Rock Springs Dr Kissimmee, FL
CLEANING Vis WATER DAMAGE SPECIALISTS
13
CLEANING & WATER SPECIALISTS
Orange County Utilities — Several Properties Locations
CLEANING & VIVATER DAMAGE SPECIALISTS
Eola House, Orlando, FL
LEANING &WArEF'R DAMAGE SPECIALIST'S
Walker Hendry House, Winter Park, FL
' r 16
/01, Org,
or
J2
CLEANING WATER DAMAGE SPECIALISTS
Beardall Senior Center, Orlando, FL
CLEANING 1; WATER DAMAGE
ECIALISrSPS
O
S
SBI G d u11"U U
18
CLEANING & WATER DAMAGE SPEWALISTS
School District of Osceola County, New Dimensions High School
I
CLEAMING &WATER DAMAGESPECIALISTS
dWi e� 3 YEMEN
I'M Y �N1t. Y 1 ?d 1 OIG bYYY' i X 7 Y7Y "SAY@ IYI �1�11R Ji'i der„I NYrG1 U iai 1
'-1 s 20
TAB C. PROJECT APPROACH
A. PROJECT APPROACH AND UNDERSTANDING
Serving with Courage, Pride and Commitment
The City of Sanford, Fire
Department serves a population
of over 59,000 citizens in 26
square miles. The Sanford Fire
Department operates 3 Stations
with a total of 9 units consisting
of 1 Battalion Chief, 3 Engines, A
100' Aerial Platform, 3 Advanced
Life Support Rescues, and I
Dive/Water Rescue Team with a
22' Fire Boat.
Hydradry is addressing the existing space needs of the department and we will focus
in the design to enhance the facilities. Energy and high efficiency restrooms are
our main goal.
It is commendable that the staff of the Sanford Fire Department has provided a high
level of service while operating from inadequate facilities. We will work to provide
the department the most value for the budget. We also understand the importance
of delivering the project in the assigned schedule by the City of Sanford. We are
fully capable and flexible to work through unexpected events; if happen, and still
ensure that the customer receives the most complete and timely completion of the
project.
Our team is highly competitive in rebuild and remodeled projects for government
agencies. Our projects including the following agencies: City of Orlando, Orange
County Public Schools, Toho Water, Seminole County School Board, Osceola,
Pasco and Polk counties and others.
'14
A110511911 All/
CLEARING & KfA,7"E-R DAMAGE SPECIALISTS
Technical Approach
Hydradry, Inc. believes our technical approach is quite compatible and well suited
to the goals of the City of Sanford. We are accustomed to remodeling and
renovating different kind of structures areas; we will taking full advantage of the
space, lighting, and resources.
Good Communication, Expertise and Organization are the keys to a successful
project. The design team gains a better understanding of the user and owner's
requirements, where the users and owner gain a better understanding of what the
restrooms will be. A better understanding, on both sides, makes a better product
for the owner and this is achieved through meeting with the City officials to
understand their goals and expectations.
Plumbing System, electrical, cabinetry, dispensers, etc. will be designed to
maximize the efficient resources available.
In that regard, Hydradry Inc. have reviewed the blueprints/plans and scope of
services sections of the solicitation and toured the existing site. For this project, we
understand we are remodeling Station 38 restrooms and hallway.
&RESOURCES
Hydradry has a combined experience of more than 45 years in Remediation and
Construction Services, we guarantee 100% satisfaction and if required, immediate
corrective action at no additional cost. Our headquarter office is located at 3615 N.
Apopka Vineland Rd, Orlando, FL. We have a satellite office located at 4813 N.
Hale Ave, Tampa, FL. Hydradry is including a list of the resources needed to
complete City of Sanford construction project. (Please note that all the items listed
will apply or will not apply for the City of Sanford's project).
1. Labor
2. Tools
3. Equipment
4. Materials
• Steel
• Concrete
• Wood
• Plastic
• Brick
• Cloth
• Gravel
CLEEANING & WATER DAMAGE SPECIALIST'S
7. Database
8. Cell phone
9. Laptop or iPad
10. Vehicle
11. Shipping vehicle
12. Boat, etc.
13. Packaging materials
14. Office supplies
15. Marketing material
16. Measuring devices
17. Work clothing
18. Rain or cold weather gear
19. Thermometer
20. Heating / Cooling equipment
21. Environmental mitigation supplies
22. Safety supplies
■ Air quality
■ Poison
■ Bum hazards
• Fall hazards
23. Materials testing
24. Construction Equipment
• Excavator
• Compactor
• Dump truck
■ Crane
• Asphalt paver
■ Welding machine
25. Surveying Equipment
26. Fence
27. Doors, windows, carpet, etc.
28. Paint and painting supplies
29. Inspection reports
30. Design reports
C. TASK DESCRIPTIONS
The following is a summary of Hydradry Inc. approach to accomplish the
remodeling of the restrooms and hallway:
Our proposal consists of a phased approach as dictated by the City of Sanford. The
first phase would be the Preconstruction phase which include the programming
and feasibility, schematic design, and design development. The second phase
would be the Construction phase which include the tom down and the rebuild of
the restrooms and hallway.
3
Preconstruction Phase Task
As your design -builder, we will lead all of the design and planning meeting to
determine the design requirements, the components, and the desires of the City of
Sanford. We will utilize our knowledge of design guidelines to serve as a resource
and provide input to various options related to project phasing, cost options, timing
and details of the project which have worked well on other similar projects.
Detailed progress will be informed to the City's officials to minimize delays and
costs. We are committed to provide the City the best service for their money.
Construction Phase Task
Our team begins our construction approach by establishing the quality and the
schedule goals. Hydradry will obtain all the permits, bonds and insurance
requirements for the project. Hydradry will make sure to understand your needs,
the City's intent and the most cost-effective way to deliver the most value to your
project.
Hydradry will follow all rules and regulations regarding safety management for the
City of Sanford. All our personnel posse's safety management training and our
supervisors are OSHA certified.
D. MANAGEMENT AND PLANNING STRATEGIES
At Hydradry Inc., our goal is 100% customer satisfaction. Hydradry is
commitment, we must clearly define what our clients expect from us, develop
standards by which our employees will perform, and measure the results. Together
with our clients, we will develop standards of performance by which the quality of
services can be measured. These standards will be clear, concise, and measurable
to allow us to track our performance against your service requirements. Our
inspection program is based on documented procedures, regular inspections, and
frequent customer communications. Hydradry is obligated to providing quality
service that is based on total customer satisfaction and continuous improvement.
We work with you to successfully implement a technological driven and proven
performance solution.
Our design -build team is structured with a clear, efficient, and effective
management approach with a single point of responsibility. We are acutely aware
of the speed and production demands of governmental projects and have
purposefully kept our organization streamlined so team communication is
instantaneous and constant. Dan Duysenov will serve as the Design -Build Project
Executive/Director of Construction for our team.
4
Hydradry will facilitate and management the three independent segments for the
projects following the directions of the City of Sanford. Keeping up with the
numerous technical matters associated specifically with the governmental industry
is extremely difficult for companies who are not continuously involved in
practicing in this industry. Quality control and assurance for Hydradry means
developing operational controls to ensure that the results match City of Sanford
desired outcomes.
DASH is a web -based restoration management software system that allows us to
streamline our job management, photos, daily technician notes, equipment etc. It
also gives us the ability to send all the information that was accumulated at the end
of the job straight to any City of Sanford staff via email in a simple link that can be
accessed at any point.
COMMUNICATION is key to the success of every project. To facilitate
communication, we have provided administrative and management staff, as
well as our on-site supervisory personnel, and technicians cellular phones to
use throughout the duration of each project, if applicable. This will allow office
administration, management, and other personnel to communicate with any
supervisor on-site and allow Hydradry to communicate directly with City of
Sanford's staff.
In light of the novel coronavirus and the new CDC standards we are now
offering our clients "Virtual Assistance" using the platform Gruveo. Getting
our clients to install a new app just to video call you are a non-starter. That is why
Gruveo runs right in the caller's browser, without annoying plugins or app installs.
And, since no account is needed to make a call, there are zero barriers for customers
to reach you in a safe environment.
Our Supervisors will serve as the direct point of contact on the jobsite and will
maintain lines of communication between City of Sanford and our Project
Director/Managers. All technicians will be required to call in with work
progress updates to the Senior Project Director Gregory Davideit as well as the
appropriate Construction Administrator and Estimator Traci McKinney and
Bobby Messer.
I rr 04! M, Po
E. HYDRADRY INNOVATIVE CONCEPTS THAT MAKE IT UNIQUE
Reasons Why We're the Best Construction Company
We work with you.
Hydradry will work with you on your project, large or small. Together we will fine-
tune your new construction, remodeling or renovation plans, incorporating your
desired designs and specifications.
We provide a comprehensive range of services.
Our services include commercial flooring, drywall, painting, and more to turn your
business into a place of pride. Choose us for our background in general contracting
services such as tenant improvements, custom reception areas, lighting,
maintenance, build outs, and carpet installations. In addition to remodels and
renovations, we plan out all new construction projects from beginning to end.
We offer competitive pricing.
Choosing the best construction company means that you will benefit from top
services that are also affordable, with a high return on investment. We work within
your budget to ensure you get you what you want by using cost-effective strategies.
We have extensive experience in commercial construction.
Our lengthy portfolio includes projects related to building restaurants, office space,
convenience stores, and residential. You get a chance to work with a team that
knows the commercial construction business inside and out for a one -of -a -kind
experience.
We've got an excellent reputation.
Because we are well known in the industry for providing quality commercial
construction solutions for our clients, all you have to do is check out our success
rate, which is excellent, as is our long standing relationships with clients. They keep
coming back to utilize our expertise every time, translating to a high rate of repeat
customers. We have unique safety programs in place plus our long tenured
employees and subcontractors speak to our history of excellence as well.
CLEANING T uW DAJWA GE SPECIALISr.S.
TAB D. RFP SOLICITATION RESPONSE REQUIRED FORMS
re�aSAWM
Attachment "B"
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.
Hydradry Inc.
Elizabeth Rodriguez, Bid Analyst
Printed or Typed Name and Title of Authorized Representative (Affiant)
34
City of Sanford Finance Department Purchasing Division
300 N. Park Avenue Suite 243 2"' Floor, Sanford Florida 32771
Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
aim
AC"N"'FORD
FINANCEDEPARTMEta
REQUEST FOR PROPOSALS (RFP)
One -Time Purchase
I
TITLE: REMODELING STATION 38 RESTROOMS AND HALLWAY
Attachment "B"
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.
Hydradry Inc.
Elizabeth Rodriguez, Bid Analyst
Printed or Typed Name and Title of Authorized Representative (Affiant)
34
C", 01
S.klVFQRD
City of Sanford Finance Department Purchasing Division
300 N. Park Avenue Suite 243 2" Floor, Sanford Florida 32771
Phone: 407-688-5028, or 5030 Fax: 407-688-5021
FINANCE DEPARTMENI
REQUEST FOR PROPOSALS (RFP)
One -Time Purchase
TITLE: REMODELING STATION 38 RESTROOMS AND HALLWAY
STATE OF FLORIDA
COUNTY OF Orange
I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and
take ack owledgments, personally appeared Elizabeth Rodriguez who is personally known to
0
me or ho produced driver license as identification and acknowledged before me that
s/he ercwuted the same. Sworn and subscribed before me, by Elizabeth Rodriguez
by means ofhysical presence or { ) online notarization on the el e day of , 2020, the said person did
take an oathandwas 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.
4UjNE52"V hand onri riffir-in seal in the County and State last aforesaid this_!, I day of 2020.
Nip DANIELA OROZCO
MYCOMMISSION #GGI I
001 1
EXPIRES: May 2, 2021 11 —
%'11,11, Bonded Thru Nolary Public Undonvrilers 11 (Notary Public in and for the County and State Aforementioned)
SEAL My commission expires: 7 -e -, z
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE
cv-Failure to submit this form may be grounds for disqualification of your submittal -w
35
Attachment "C"
Conflict of Interest Statement
A. I am the of representative with a local office in—Hydradry Inc.
[insert Title] [Insert Company Name]
and principal office in 3615 N. Apopka Vineland Rd Orlando,,FL 32818
B. The entity hereby submits an offer to RFP 19/20-72 Remodeling Station 38 Restrooms and Hallway.
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
Altt,qchment "C', )nflipt of Interest Statement, is truthful and correct at the time of submission.
_&_Ic Alt
AFFIOT SIGNATURE
Elizabeth Rodriguez
Typed Name of AFFIANT
Bid Analyst
Title
STATE OF FLORIDA
COUNTY OF orange
I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take
acknowlpdgments, personally appeared Elizabeth Rodriguez )who is personally known to
me or who produced driver license as identification and acknowledged before me that
s/he cutede same. Sworn and subscribed before me, by Elizabeth Rodriguez
by mea hysical presence or online notarization on the day of 2020, the said person did
take an ancd 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.
36
City of Sanford Finance Department Purchasing Division
300 N. Park Avenue Suite 243 2"1 Floor, Sanford Florida 32771
Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
,2SXKF0RD
22' FINANCE DEPARWENT
REQUEST FOR PROPOSALS (RFP)
One Purchase
-Time
TITLE: REMODELING STATION 38 RESTROOMS AND HALLWAY
Attachment "C"
Conflict of Interest Statement
A. I am the of representative with a local office in—Hydradry Inc.
[insert Title] [Insert Company Name]
and principal office in 3615 N. Apopka Vineland Rd Orlando,,FL 32818
B. The entity hereby submits an offer to RFP 19/20-72 Remodeling Station 38 Restrooms and Hallway.
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
Altt,qchment "C', )nflipt of Interest Statement, is truthful and correct at the time of submission.
_&_Ic Alt
AFFIOT SIGNATURE
Elizabeth Rodriguez
Typed Name of AFFIANT
Bid Analyst
Title
STATE OF FLORIDA
COUNTY OF orange
I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take
acknowlpdgments, personally appeared Elizabeth Rodriguez )who is personally known to
me or who produced driver license as identification and acknowledged before me that
s/he cutede same. Sworn and subscribed before me, by Elizabeth Rodriguez
by mea hysical presence or online notarization on the day of 2020, the said person did
take an ancd 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.
36
NESS myna td andofficial seal in the County and State last aforesaid this__jday Of 2020.
DANIELA OROZCO
MY COMMISSION it GG 100111
BorvdedThru Notary Public Undorwitors I (Notary Public in and for the County a—n-d-Sfa-te Aforementioned)
SEAL My commission expires: Z_ 1,
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE
'"'Failure to submit this form may be grounds for disqualification of your submittal -w
37
City of Sanford Finance Department Purchasing Division
300 N. Park Avenue Suite 243 2"' Floor, Sanford Florida 32771
SA
Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
QRD
FMANCE DEPARTMENT
REQUEST FOR PROPOSALS (RFP)
One -Time Purchase
TITLE: REMODELING STATION 38 RESTROOMS AND HALLWAY
NESS myna td andofficial seal in the County and State last aforesaid this__jday Of 2020.
DANIELA OROZCO
MY COMMISSION it GG 100111
BorvdedThru Notary Public Undorwitors I (Notary Public in and for the County a—n-d-Sfa-te Aforementioned)
SEAL My commission expires: Z_ 1,
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE
'"'Failure to submit this form may be grounds for disqualification of your submittal -w
37
Attachment "D"
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 RFP 19/20-72 titled Remodeling Station 38 Restrooms and
Hallway.
B. This sworn statement is submitted by Hydradry Inc. whose business address is
[Name of entity submitting sworn statement]
3615 N. Apopka Vineland Rd Orlando, FL 32818 and (if applicable) it's Federal
Employer Identification Number (FEIN) is 59-3435591 the entity has no FEIN, include the Social Security
Number of the individual signing this sworn statement: One
C. My name is Elizabeth Rodriguez and my relationship to the above is representative.
[Please print name of individual signing]
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(l) (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 ajury 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(l) (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 (V) which statement applies].
38
City of Sanford Finance Department Purchasing Division
300 N. Park Avenue Suite 243 2 n' Floor, Sanford Florida 32771
01
S,k,QRD
Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
FINANCE DEPARTMENT.
REQUEST FOR PROPOSALS (RFP)
One -Time Purchase
TITLE: REMODELING STATION 38 RESTROOMS AND HALLWAY
Attachment "D"
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 RFP 19/20-72 titled Remodeling Station 38 Restrooms and
Hallway.
B. This sworn statement is submitted by Hydradry Inc. whose business address is
[Name of entity submitting sworn statement]
3615 N. Apopka Vineland Rd Orlando, FL 32818 and (if applicable) it's Federal
Employer Identification Number (FEIN) is 59-3435591 the entity has no FEIN, include the Social Security
Number of the individual signing this sworn statement: One
C. My name is Elizabeth Rodriguez and my relationship to the above is representative.
[Please print name of individual signing]
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(l) (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 ajury 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(l) (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 (V) which statement applies].
38
v 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 ajudge 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 ajudge 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, Uwe, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in
Attachment I'D", Public Entity Crimes Statement, is truthful and correct at the time of submission.
n
*AFFIT� SIGNATURE
Elizabeth Rodriguez
Typed Name of AFFIANT
Bid Analyst
Title
93Z
City of Sanford Finance Department Purchasing Division
3"" N. Park Avenue Suite 143 2"d Floor, Sanford Florida 32771
c"y 0,
SA34FORD
Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
si
m',
FINANCE DEPARTMENT
REQUEST FOR PROPOSALS (RFP)
One-Time Purchase
TITLE: REMODELING STATION 38 RESTROOMS AND HALLWAY
v 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 ajudge 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 ajudge 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, Uwe, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in
Attachment I'D", Public Entity Crimes Statement, is truthful and correct at the time of submission.
n
*AFFIT� SIGNATURE
Elizabeth Rodriguez
Typed Name of AFFIANT
Bid Analyst
Title
93Z
STATE OF FLORIDA
COUNTY OF Orange
I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take
acknow dgments, personally appeared Elizabeth Rodriguez { } who is personally known to
me or who produced driver license as identification and acknowledged before me that
s/he excuteclAhe same. Sworn and subscribed before me, by Elizabeth Rodriquez
by means ophysical presence or {} online notarization on the _ day of 2020, the said person did
take an oath nd 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.
0
WITNESS my hand and official seal in the County and State last of this day of Jj
2020.
DANIEIA OR0ZC0
MY COMMISSION# GG 1w, Ill
EXPIRES: May 2,202 otary Public In and for the County and State Aforementioned)
Donded Thru Notary Public UrvETWIftots
SEAL My commission expires: Z z' I
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE
'V'Failure to submit this form may be grounds for disqualification of your submittal-'rL'
40
City of Sanford Finance Department Purchasing Division
300 N. Park Avenue Suite 243 2"' Floor, Sanford Florida 32771
s
Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
oRD
/,,j,, FINANCE DEPARTMENI
� 0
REQUEST FOR PROPOSALS (RFP)
One -Time Purchase
'ou
TITLE: REMODELING STATION 38 RESTROOMS AND HALLWAY
STATE OF FLORIDA
COUNTY OF Orange
I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take
acknow dgments, personally appeared Elizabeth Rodriguez { } who is personally known to
me or who produced driver license as identification and acknowledged before me that
s/he excuteclAhe same. Sworn and subscribed before me, by Elizabeth Rodriquez
by means ophysical presence or {} online notarization on the _ day of 2020, the said person did
take an oath nd 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.
0
WITNESS my hand and official seal in the County and State last of this day of Jj
2020.
DANIEIA OR0ZC0
MY COMMISSION# GG 1w, Ill
EXPIRES: May 2,202 otary Public In and for the County and State Aforementioned)
Donded Thru Notary Public UrvETWIftots
SEAL My commission expires: Z z' I
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE
'V'Failure to submit this form may be grounds for disqualification of your submittal-'rL'
40
Attachment "E"
COMPLIANCE WITH THE PUBLIC RECORDS LAW AFFIDAVIT
I. If and when the City of Sanford transmits records to the Contra ctorNendo r which are exempt from public
disclosure, the ContractorNendor shall execute an "Acknowledgement of Receipt of Exempt Public Records
and Agreement to Safeguard" which will be provided with the exempt records. A sample form is attached for
the bidder/proposer's information.
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.
Hydradry Inc.
Proposer/Bidder ,
Signat of Authorized Repre to ' (Affiant) Date
Elizabeth Rodriquez, Bid Analyst
Printed or Typed Name and Title of Authorized Representative (Affiant)
City of Sanford � Finance Department � Purchasing Division
300 N. Park Avenue Suite 243 2 Floor, Sanford Florida 32771
"�°F Phone: 407-688-5028 or 5030 I Fax: 407-688-5021
;`SANFC9RF3
G Fuvaraceaernr2v,+ear
REQUEST FOR PROPOSALS (RFP)
One -Time Purchase
TITLE: REMODELING STATION 38 RESTROOMS AND
41
HALLWAY
Attachment "E"
COMPLIANCE WITH THE PUBLIC RECORDS LAW AFFIDAVIT
I. If and when the City of Sanford transmits records to the Contra ctorNendo r which are exempt from public
disclosure, the ContractorNendor shall execute an "Acknowledgement of Receipt of Exempt Public Records
and Agreement to Safeguard" which will be provided with the exempt records. A sample form is attached for
the bidder/proposer's information.
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.
Hydradry Inc.
Proposer/Bidder ,
Signat of Authorized Repre to ' (Affiant) Date
Elizabeth Rodriquez, Bid Analyst
Printed or Typed Name and Title of Authorized Representative (Affiant)
City of Sanford � Finance Department � Purchasing Division
300 N. Park Avenue Suite 243 2 Floor, Sanford Florida 32771
"�°F Phone: 407-688-5028 or 5030 I Fax: 407-688-5021
;`SANFC9RF3
G Fuvaraceaernr2v,+ear
REQUEST FOR PROPOSALS (RFP)
One -Time Purchase
TITLE: REMODELING STATION 38 RESTROOMS AND
41
STATE OF FLORIDA
COUNTY OF Orange
I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take
ackno�ho
gments, personally a peared Elizabeth Rodriguez {) who is personally known to
me c produced driver Picense as identification and acknowledged before me that
s/he teo J�e same. Sworn and subscribed before me, by-___-T—
E�izabeth Rodriguez
by means ofWhysical presence or {} online notarization on the !�j day of Jk/ —,0-- _' 2020, the said person did
take an oath land 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 � day of J1j , -P_ 12020.
DANIELA OROZCO
MY COMMISSION # GG 100111 (Notary Public in and for the Cain and State Aforementioned)
EXPIRES: May 2, 2021
Bonded Thru Nolary Public Undumitors
SEAL My commission expires:
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE
<P -Failure to submit this form may be grounds for disqualification of your submittal -0
42
City of Sanford Finance Department Purchasing Division
300 N. Park Avenue Suite 243 211 Floor, Sanford Florida 32771
CITY or
Phone:407 -688-5028, or 5030 1 Fax: 407-688-5021
'Ski4FORD
el, N"I"AA NNANCEDEPARTMENT
REQUEST FOR PROPOSALS (RFP)
One -Time Purchase
mmiwsi"
TITLE: REMODELING STATION 38 RESTROOMS AND HALLWAY
STATE OF FLORIDA
COUNTY OF Orange
I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take
ackno�ho
gments, personally a peared Elizabeth Rodriguez {) who is personally known to
me c produced driver Picense as identification and acknowledged before me that
s/he teo J�e same. Sworn and subscribed before me, by-___-T—
E�izabeth Rodriguez
by means ofWhysical presence or {} online notarization on the !�j day of Jk/ —,0-- _' 2020, the said person did
take an oath land 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 � day of J1j , -P_ 12020.
DANIELA OROZCO
MY COMMISSION # GG 100111 (Notary Public in and for the Cain and State Aforementioned)
EXPIRES: May 2, 2021
Bonded Thru Nolary Public Undumitors
SEAL My commission expires:
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE
<P -Failure to submit this form may be grounds for disqualification of your submittal -0
42
0
F
SX,,,, N ORD
0
City of Sanford Finance Department Purchasing Division
300 N. Park Avenue Suite 243 2" Floor, Sanford Florida 32771
Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
liisoi
!1/1111'1,11,A� FINANCEDEPARTMEN1
REQUEST FOR PROPOSALS (RFP)
One-Time Purchase
TITLE: REMODELING STATION 38 RESTROOMS AND HALLWAY
Attachment "F"
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.
Hydradry Inc.
Name of Bidder
Sign re of Authorized Reprenre bate
Elizabeth Rodriguez, Bid Analyst
Printed or Typed Name and Title of Authorized Representative
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE
120 -Failure to submit this form may be grounds for disqualification of your submittal -'O
43
To: City Clerk/Mayor
RE: RFP 19/20-72 Remodeling Station 38 Restroom and Hallway
The item(s) noted below is/are attached and forwarded to your office for the following action(s):
Fj
Development Order
❑
Mayor's signature
❑
Final Plat (original mylars)
❑
Recording
❑
Letter of Credit
❑
Rendering
❑
Maintenance Bond
Z
Safe keeping (Vault)
❑
Ordinance
❑
Deputy City Manager
❑
Performance Bond
❑
Payment Bond
❑
Resolution
❑
City Manager Signature
City Clerk Attest/Signature
❑
City Attorney/Signature
Once completed, please:
❑ Return originals to Purchasing- Department
❑ Return copies
F
Special Instructions:
L-i,cn.�lyey 13ojaq�zi4ev-
From
SharePoint—Finaiice—Purcliasing_Forms - 2018.doc
11/1q/2020
Date
SECTION 00520
PART 1 GENERAL
1.01 THIS AGREEMENT, made and entered into the_L2 _�day of 1_ (2M
\DJ!Qe 2020
L'
by and between the City of Sanford, Florida, 300 North Park Avenue, Sanford, Florida
32771, a municipal corporation of the State of Florida, holding tax exempt status,
hereinafter referred to as the "CITY" (also referred to as "OWNER") and HydraDry
Incorporated, 3615 N. Apopka Vineland Rd Orlando, FL 32818, hereinafter referred to as
to as the "CONTRACTOR". The CITY and the CONTRACTOR are collectively referred
to herein as the Parties.
1.02 The Owner and Contractor Agree as Follows:
A. The Contract Documents include the Agreement, Addenda (which pertain to the
Contract Documents), Contractor's Bid, Notice to Proceed, the Bonds, the
General Conditions, the Supplementary Conditions, the Specifications listed in
the Index to the Project Manual, any technical specifications as incorporated by
the Project Manual; the Drawings as listed in the Project Manual, all Written
Amendments, Change Orders, Work Change Directives, Field Orders, Engineer's
written interpretations and clarifications issued on or after the Effective Date of
this Agreement, and all documents which are fully a part of the Contract with the
City are identified by title and number as set forth below and are available for
review at and downloading from the City's Web site (site in full) and all
documents are agreed to be incorporated into the Contract as if physically
attached to the Contract and are, further, agreed to be incorporated into the
Contract as if fully set forth therein verbatim. The Contract Documents include:
1. Section 00410 Contractor's Bid.
2. Section 00420 Bid Bond Form
3. Section 00430 Trench Safety Statement
4. Section 00432 Non Collusion Affidavit
5. Section 00434 Conflict of Interest Affidavit
6. Section 00436 Florida Public Entities Crime Affidavit
7. Section 00438 Compliance With the Public Records Law Affidavit
8. Section 00440 Bidder Qualification Affidavit
9. Section 00442 Receipt of Exempt Public Records and Agreement to
Safeguard (Executed Form)
10. Section 00450 Cert. Non -Segregated Facilities
11. Section 00452 Disputes Disclosure
12. Section 00454 Drug Free Workplace Affidavit
13. Section 00456 Unauthorized (illegal) Alien Worker Affidavit
14. Section 00458 E -Verify Compliance Affidavit
15. Section 00460 ADA Affidavit
16. Section 00462 Financial Information (Executed Form) (if Required by
City).
17. Section 00463 Florida Trench Safety Act Statement
18. Section 00505 Notice of Intent to Award
19. Section 00510 Notice of Award
20. Section 00520 Executed, Agreement Form.
AGREEMENT 520
RFP 19120-72 Remodeling Station 38 Restrooms and Hallway
Due June 18, 2020 at 2:OOPM 00620-1
"g,
E DEPARTMENT
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.
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 (%) 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 $59,000.00 Payments will be made to the
Contractor on the basis of the schedule of Unit Prices included as a part of this
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
AGREEMENT 520
RFP 19/20-72 Remodeling Station 38 Restrooms and Hallway
Due June 18, 2020 at 2:0013M 00520-3
(including, but not limited to, its officers, employees, and agents) the
agent, representative, or employee of the CITY for any purpose, or in any
manner, whatsoever. The CONTRACTOR is to be and shall remain
forever an independent contractor with respect to all services performed
under this Agreement.
8. Persons employed by the CONTRACTOR in the provision and
performance of the goods and/or services and functions pursuant to this
Agreement shall have no claim to pension, workers' compensation,
unemployment compensation, civil service or other employee rights or
privileges granted to the CITY's officers and employees either by
operation of law or by the CITY.
9. No claim for goods and/or services furnished by the CONTRACTOR not
specifically provided for herein shall be honored by the CITY.
10. Execution of this Agreement by the CONTRACTOR is a representation
that the CONTRACTOR is familiar with the goods and/or services to be
provided and/or performed and with local conditions. The
CONTRACTOR shall make no claim for additional time or money based
upon its failure to comply with this Agreement. The CONTRACTOR has
informed the CITY, and hereby represents to the CITY, that it has
extensive experience in performing and providing the services and/or
goods described in this Agreement and that it is well acquainted with the
components that are properly and customarily included within such
projects and the requirements of laws, ordinance, rules, regulations or
orders of any public authority or licensing entity having jurisdiction over
the CITY's Projects.
11. Quality, Professional Standards, and Security Requirements
a. Under this paragraph 11, the term "CONTRACTOR'S employees"
shall include CONTRACTOR'S agents, employees and
SUBCONTRACTORS extending to SUBCONTRACTORS agents
and employees.
b. The CONTRACTOR shall be responsible for the professional
quality, accepted standards, technical accuracy, neatness of
appearance of employees, employee conduct, safety, and the
coordination of all services furnished by the CONTRACTOR under
any Agreement resulting from this solicitation. The City reserves
the right to require all CONTRACTOR employees, when on City
property or work sites, to wear identification badges at all times
which, at a minimum, provides the name of the employee and the
CONTRACTOR.
C. The CITY reserves the right to require the CONTRACTOR to
provide to the CITY a list of employees working on the project.
Also, the list shall include employee working days, times and
assignments within forty-eight (48) hours of the CITY's written
request for such information. This information will be reviewed,
AGREEMENT 520
RFP 19/20-72 Remodeling Station 38 Restrooms and Hallway
Due June 18, 2020 at 2:0013M 00520-5
7M -
FINANCE DEPARTMENT
12. Neither the CITY's review, approval or acceptance of, nor payment for,
any of the goods and/or services required shall be construed to operate
as a waiver of any rights under this Agreement or of any cause of action
arising out of the performance of this Agreement and the CONTRACTOR
shall be and remain liable to the CITY in accordance with applicable law
for all damages to the CITY caused by the CONTRACTOR negligent or
improper performance or failure to perform any of the goods and/or
services furnished under this Agreement.
13. The rights and remedies of the CITY, provided for under this Agreement,
are in addition to any other rights and remedies provided by law.
14. Time is of the essence in the performance of all goods and/or services
provided by the CONTRACTOR under the terms of this Agreement.
15. Invoices, which are in an acceptable form to the CITY and without
disputable items, which are received by the CITY, will be processed for
payment within thirty (30) days of receipt by the CITY.
16. The CONTRACTOR will be notified of any disputable items contained in
invoices submitted by the CONTRACTOR within fifteen (15) days of
receipt by the CITY with an explanation of the deficiencies.
17. The CITY and the CONTRACTOR will make every effort to resolve all
disputable items contained in the CONTRACTOR's invoices.
18. Each invoice shall reference this Agreement, the appropriate billing
period.
19. The Florida Prompt Payment Act shall apply when applicable. A billing
period represents the dates in which the CONTRACTOR completed
goods and/or services referenced in an invoice.
20. Invoices are to be forwarded directly the City's designated CEI
representative, as identifed at the preconstruction meeting, for review and
processing.
21. CITY designates the City Manager or his/her designated representative,
to represent the CITY in all matters pertaining to and arising from the
work and the performance of this Agreement.
22. The City Manager, or his/her designated representative, shall have the
following responsibilities:
a. Examination of all work and rendering, in writing, decisions
indicating the CITY's approval or disapproval within a reasonable
time so as not to materially delay the work of the CONTRACTOR;
b. Transmission of instructions, receipt of information, and
interpretation and definition of CITY's policies and decisions with
AGREEMENT 520
RFP 19120-72 Remodeling Station 38 Restrooms and Hallway
Due June 18, 2020 at 2:OOPM 00520-7
,010
Al
L
w
XF/P NA EPARTMENT
26. In the event that this Agreement is terminated for cause and it is later
determined that the cause does not exist, then this Agreement or the
PurchaseNVork Order shall be deemed terminated for convenience by the
CITY and the CITY shall have the right to so terminate this Agreement
without any recourse by the CONTRACTOR.
27. The CONTRACTOR may terminate this Agreement only if the CITY fails
to pay the CONTRACTOR in accordance with this Agreement.
28. Notwithstanding any other provision of this Agreement, the CITY shall
have the right at any time to terminate this Agreement in its entirely
without cause, if such termination is deemed by the CITY to be in the
public interest, in writing of deficiencies or default in the performance of
its duties under the Agreement and the CONTRACTOR shall have ten
(10) days to correct same or to request, in writing, a hearing. Failure of
the CONTRACTOR to remedy said specified items of deficiency or
default in the notice by either the CITY's designated representative within
ten (10) days of receipt of such notice of such decisions, shall result in the
termination of the Agreement, and the CITY shall be relieved of any and
all responsibilities and liabilities under the terms and provisions of the
Agreement.
29. The CITY shall have the right to terminate this Agreement without cause
with a sixty (60) day written notice to the other party. The CITY reserves
the right to terminate any Agreement for cause with a five (5) day written
notice to the CONTRACTOR. Notice shall be served to the parties as
specified in the Agreement.
30. In the event that this Agreement is terminated, the CITY shall identify any
specific work to be continued to completion pursuant to the provisions of
this Agreement.
31. In the event that after the CITY termination for cause for failure of the
CONTRACTOR to fulfill its obligations under this Agreement it is found
that the CONTRACTOR has not so failed, the termination shall be
deemed to have been for convenience and without cause.
32. In the event this Agreement is terminated or canceled prior to final
completion without cause, payment for the unpaid portion of the services
provided by the CONTRACTOR to the date of termination and any
additional services shall be paid to the CONTRACTOR.
33. Upon receipt of notice of termination, given by either party, the terminated
party shall promptly discontinue the provision of all goods and/or services,
unless the notice provides otherwise.
34. The performance or provision of the CONTRACTOR's goods and/or
services under this Agreement may be suspended by the CITY at any
time.
AGREEMENT 520
RFP 19/20-72 Remodeling Station 38 Restrooms and Hallway
Due June 18, 2020 at 2:OOPM 00520-9
b. In accordance with Section 725.06, Florida Statutes, adequate
consideration has been provided to the CONTRACTOR for this
obligation, the receipt and sufficiency of which is hereby
specifically acknowledged.
C. Nothing herein shall be deemed to affect the rights, privileges, and
immunities of the CITY as set forth in Section 768.28, Florida
Statutes.
d. In claims against any person or entity, indemnification under this
Section by an employee of the CONTRACTOR or its agents or
subCONTRACTORs, anyone directly or indirectly employed by
them or anyone for whose acts they may be liable, the
indemnification obligation under this Section shall not be limited by
a limitation on amount or type of damages, compensation, or
benefits payable by or for the CONTRACTOR or its agents or
subCONTRACTORs, under Workers Compensation acts,
disability benefits acts, or other employee benefit acts.
e. The execution of this Agreement by the CONTRACTOR shall
obligate the CONTRACTOR to comply with the indemnification
provision of this Agreement; provided, however, that the
CONTRACTOR must also comply with the provisions of this
Agreement relating to insurance coverage.
The CONTRACTOR shall submit a report to the CITY within
twenty-four (24) hours of the date of any incident resulting in
damage or which is reasonably likely to result in a claim of
damage.
39. The CONTRACTOR shall obtain or possess and continuously maintain
the insurance coverage as set forth and required in the bid documents.
40. All insurance other than Workers Compensation and Professional Liability
that must be maintained by the CONTRACTOR shall specifically include
the CITY as an additional insured.
41. The CONTRACTOR shall provide Certificates of Insurance to the CITY
evidencing that all such insurance is in effect prior to the issuance of the
first Purchase/Work Order under this Agreement from the CITY. These
Certificates of Insurance shall become part of this Agreement. Neither
approval by the CITY nor failure to disapprove the insurance furnished by
a CONTRACTOR shall relieve the CONTRACTOR of the
CONTRACTOR's full responsibility for performance of any obligation
including the CONTRACTOR's indemnification of the CITY under this
Agreement. If, during the period which an insurance company is
providing the insurance coverage required by this Agreement, an
insurance company shall: (1) lose its Certificate of Authority, (2) no longer
comply with Section 440.57, Florida Statutes, or (3) fail to maintain the
requisite Best's Rating and Financial Size Category, the CONTRACTOR
shall, as soon as the CONTRACTOR has knowledge of any such
AGREEMENT 520
RFP 19/20-72 Remodeling Station 38 Restrooms and Hallway
Due June 18, 2020 at 2:0013M 00520-11
oil
FINANCE DEPARTMENT
have, The CONTRACTOR further certifies that any conflict of interest
that arises during the term of this Agreement shall be immediately
disclosed in writing to the CITY. Violation of this Section shall be
considered as justification for immediate termination of this Agreement.
51. The CONTRACTOR shall ensure that all taxes due from the
CONTRACTOR are paid in a timely and complete manner including, but
not limited to, occupational license tax.
52. If the CITY determines that any employee or representative of the
CONTRACTOR is not satisfactorily performing his/her assigned duties or
is demonstrating improper conduct pursuant to any assignment or work
performed under this Agreement, the CITY shall so notify the
CONTRACTOR, in writing. The CONTRACTOR shall immediately
remove such employee or representative of the CONTRACTOR from
such assignment.
53. The CONTRACTOR shall not publish any documents or release
information regarding this Agreement to the media without prior approval
of the CITY.
54. The CONTRACTOR shall certify, upon request by the CITY, that the
CONTRACTOR maintains a drug free workplace policy in accordance
with Section 287.0878, Florida Statutes. Failure to submit this
certification may result in termination.
55. If the CONTRACTOR or an affiliate is placed on the convicted vendor list
following a conviction for a public entity crime, such action may result in
termination by the CITY. The CONTRACTOR shall provide a certification
of compliance regarding the public crime requirements set forth in State
law upon request by the CITY.
56. The CITY reserves the right to unilaterally terminate this Agreement if the
CONTRACTOR refuses to allow public access to all documents, papers,
letters, or other materials subject to provisions of Chapter 119, Florida
Statutes, and other applicable law, and made or received by the
CONTRACTOR in conjunction, in any way, with this Agreement.
57. The CONTRACTOR shall comply with the requirements of the Americans
with Disabilities Act (ADA), and any and all related Federal or State laws
which prohibits discrimination by public and private entities on the basis of
disability.
58. The CITY will not intentionally award publicly -funded contracts to any
contractor who knowingly employs unauthorized alien workers,
constituting a violation of the employment provisions contained in 8
U.S.C. Section 1324a(e) Section 274A(e) of the Immigration and
Nationally Act (INA). The CITY shall consider the employment by the
CONTRACTOR of unauthorized aliens, a violation of Section 274A(e) of
the INA. Such violation by the CONTRACTOR of the employment
AGREEMENT 520
RFP 19/20-72 Remodeling Station 38 Restrooms and Hallway
Due June 18, 2020 at 2:OOPM 00520-13
CITY OF
S,ki4FORD
0 FINANCE DEPARTMENT
an audit as provided for in this Section, and the total compensation so
determined shall be used to calculate final payment to the
CONTRACTOR. Conduct of this audit shall not delay final payment as
required by this Section.
67. In addition to the above, if Federal, State, County, or other entity funds
are used for any goods and/or services under this Agreement, the
Comptroller General of the United States or the Chief Financial Officer of
the State of Florida, or the County of Seminole, or any representatives,
shall have access to any books, documents, papers, and records of the
CONTRACTOR which are directly pertinent to goods and/or services
provided or performed under this Agreement for purposes of making
audit, examination, excerpts, and transcriptions.
68. In the event of any audit or inspection conducted reveals any
overpayment by the CITY under the terms of the Agreement, the
CONTRACTOR shall refund such overpayment to the CITY within thirty
(30) days of notice by the CITY of the request for the refund.
69. The CONTRACTOR agrees to fully comply with all State laws relating to
public records.
70. The CONTRACTOR agrees that if any litigation, claim, or audit is started
before the expiration of the record retention period established above, the
records shall be retained until all litigation, claims or audit findings
involving the records have been resolved and final action taken.
71. The CONTRACTOR shall not sublet, assign or transfer any interest in this
Agreement, or claims for the money due or to become due out of this
Agreement to a bank, trust company, or other financial institution without
written CITY approval. When approved by the CITY, written notice of
such assignment or transfer shall be furnished promptly to the CITY.
72. Any CONTRACTOR proposed subcontractors shall be submitted to the
CITY for written approval prior to the CONTRACTOR entering into a
subcontract. Subcontractor information shall include, but not be limited
to, State registrations, business address, occupational license tax proof of
payment, and insurance certifications.
73. The CONTRACTOR shall coordinate the provision of goods and/or
services and work product of any CITY approved subcontractors, and
remain fully responsible for such goods and/or services and work under
the terms of this Agreement.
74. Any subcontract shall be in writing and shall incorporate this Agreement
and require the subcontractor to assume performance of the
CONTRACTOR's duties commensurately with the CONTRACTOR's
duties to the CITY under this Agreement, it being understood that nothing
herein shall in any way relieve the CONTRACTOR from any of its duties
under this Agreement. The CONTRACTOR shall provide the CITY with
executed copies of all subcontracts.
AGREEMENT 520
RFP 19/20-72 Remodeling Station 38 Restrooms and Hallway
Due June 18, 2020 at 2:00PIVI 00520-15
notification (e-mails and message boards) shall not constitute proper
written notice under the terms of the Agreement.
84. The failure of the CITY to insist in any instance upon the strict
performance of any provision of this Agreement, or to exercise any right
or privilege granted to the CITY hereunder shall not constitute or be
construed as a waiver of any such provision or right and the same shall
continue in force.
85. In no event shall any obligation of the CITY under this Agreement be or
constitute a general obligation or indebtedness of the CITY, a pledge of
the ad valorem taxing power of the CITY or a general obligation or
indebtedness of the CITY within the meaning of the Constitution of the
State of Florida or any other applicable laws, but shall be payable solely
from legally available revenues and funds.
86. The CONTRACTOR shall not have the right to compel the exercise of the
ad valorem taxing power of the CITY.
87. Each exhibit referred to and attached to this Agreement is an essential
part of this Agreement. The exhibits and any amendments or revisions,
thereto, even if not physically attached hereto, shall be treated as if they
are part of this Agreement.
88. The Section headings and captions of this Agreement are for
convenience and reference only and in no way define, limit, describe the
scope or intent of this Agreement or any part thereof, or in any way affect
this Agreement or construe any provision of this Agreement.
89. If any term, provision or condition contained in this Agreement shall, to
any extent, be held invalid or unenforceable, the remainder of this
Agreement, or the application of such term, provision or condition to
persons or circumstances other than those in respect of which it is invalid
or unenforceable, shall not be affected thereby, and each term, provision
and condition of this Agreement shall be valid and enforceable to the
fullest extent permitted by law when consistent with equity and the public
interest.
90. All provisions of this Agreement shall be read and applied in para materia
with all other provisions hereof.
91. In the event of a dispute related to any performance or payment
obligation arising under this Agreement, the parties agree to exhaust any
alternative dispute resolution procedures reasonably imposed by the
CITY prior to filing suit or otherwise pursuing legal remedies.
92. The CONTRACTOR agrees that it will file no suit or otherwise pursue
legal remedies based on facts or evidentiary materials that were not
presented for consideration to the CITY in alternative dispute resolution
procedures or which the CONTRACTOR had knowledge and failed to
present during the CITY procedures.
AGREEMENT 520
RFP 19/20-72 Remodeling Station 38 Restrooms and Hallway
Due June 18, 2020 at 2:OOPM 00520-17
S ORD
FINANCE DEPARTMENT
CLERK, CITY OF SANFORD, CITY HALL, 300 NORTH PARK
AVENUE, SANFORD, FLORIDA 32771,
HOUCHIN
NM,SAN FORD FL.GOV.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year
first above written.
CONTRACTOR:
Hvdra Drv. Inc.
Name o it
By (Signature) Date
MCA<
Mark Davideit, President
ATTEST:
By (Signature) DatV�
cle, 4 --
Melissa Davideit, Vice President
*M6 11101m, royo,
Name of O ner
/Z
By (SiLure) Date
Art Woodruff. Mavor
Printed Name and Title
ATTEST:
6f I a b 0a, to lu 0 1 RI Q N\
By (Signature) Date
Traci Houchin, City Clerk
Printed Name and Title
Approved as to form and
Legal sufficiency.,
William L. Colbert Date
City Attorney
END OF SECTION
AGREEMENT 520
RFP 19120-72 Remodeling Station 38 Restrooms and Hallway
Due June 18, 2020 at 2:OOPM 00520-19
(SEAL)
MI'mm"'I'llifflu,
,,A
CLEANHVI„ GE SPECIALISTS
TABLE OF CONTENTS
TAB A. FIRM QUALIFICATIONS AND EXPERIENCE
TAB B. SIMILAR PROJECTS
TAB C. PROJECT APPROACH
TAB D. RFP SOLICITATION RESPONSE REQUIRED FORMS
TAB F. ADDITIONAL INFORMATION
CLEARING &WATER DAMAGE SPECIALISTS
TAB A. FIRM QUALIFICATIONS AND EXPERIENCE
A. LETTER OF TRANSMITTAL
June 18, 2020
City of Sanford
Finance Department
Purchasing Division
300 N. Park Avenue, Suite 243, 2°d Floor
Sanford, Florida 32771
RE: REQUEST FOR PROPOSAL FOR REMODELING STATION 38 RESTROOMS
AND HALLWAY, RFP 19/20-72
Dear Committee Members:
Hydradry Inc. is pleased to submit our qualifications for the Remodeling Station 38 Restrooms
and Hallway, RFP 19/20-72. We have reviewed the RFP documents with regards to your projects,
and feel confident that we are qualified to provide services in to this project.
Corporate Organization Structure
President/C.E.O.
Vice President Assistant Vice President
Central Florida Director
C.F. Field Operations
Directors
C.F. Const. Service
Supervisors
Field Restoration/Const.
Tech.
Sales/Marketing Director
Internet Sales Personnel
Field Client Services Rep.
Philosophy/Mission Statement
Tampa Bay Director
Tampa Filed Operations
Directors
Tampa Const. Service
Supervisors
Field Restoration/Const.
Tech.
My name is Mark Davideit and I have built a reputation as having an unconventional management
style. As CEO of HYDRADRY, Inc — an entity which operates in a number of cities in the
Southeast United States as a Property Restoration and General Contracting firm. And is a leader
in damage restoration and recovery services industry since 1974. 1 carefully watch every penny
spent to ensure our client the best value and price, but I do not hesitate to jump to the needs of my
employees and clients. My philosophy? HYDRADRY and its Clients are my family. Abandoning
traditional business proceedings in order to put more stock in my greatest asset—people—My staff
and I prefer to constantly grow our business in order to expand our family, which today includes
over 50 men and women and hundreds of clients through 1000's of projects.
CLEANING & WArEFR DAMAGE SPECIALISTS
City of Sanford
Finance Department
Purchasing Division
June 18, 2020
Widely recognized as a preeminent figure in the restoration and construction industry, we have
developed an influential following of decision makers who we believe like our management style.
My presentations reflect my management philosophies through my personal journey as a leader
and my intense belief in people from all walks of life. For a lot of companies, it is useful for them
to feel like they have an obvious competitor and rally around that. We at HYDRADRY believe it
is better to shoot higher. We do not want to be looking at our competitors. We want to be looking
at what is possible and how to make our business and industry better. Failure is not in our staff or
my vocabulary.
Location: We are located at 3615 N. Apopka Vineland Rd. Orlando, FL 32818.
Our location is a 3 -acre compound (I- Office 2500 Sq. Ft. Warehouse 2500 Sq. Ft, 2- a 4,000 Sq.
Ft. warehouse, 3 — 4,000 Sq. Ft. warehouse 13,000 Sq. Ft 10 Bay Warehouse). This facility is
where we keep our construction equipment (Hi Lift, etc.), Restoration Equipment (Dehumidifiers,
Drying Fans, etc.), trucks, vans, etc.
We are committed to meeting the time and budget expectations for this project. We thank you for
the opportunity to provide our qualifications to serve the City of Sanford and look forward to
working together. Also, it will be an honor to rebuild the facilities for the City of Sanford, Fire
Station 38; Hydradry wants to acknowledge the ones who serve our community building versatile
and enjoyable facilities. Please feel free to call us for any questions during the review of our
proposal.
Thank you for your consideration.
Sincerely,
Mark R. Davideit
President/C.E.O.
MI'MM ElIffarall
2
CLEANING & WA TERDANYAGE SPECIALISTS
B. INDIVIDUALS AND QUALIFICATIONS
Hydradry met the minimum requirements for the City of Sanford. Hydradry has been in
business with the State of Florida since 1974. We hold all the licenses and certificates
requested for this solicitation (see Tab D). Experience is explained in detail in this section
and Tab C.
Hydradry Inc. has a team ready to address your project. We have assembled a team of
qualified and outstanding professionals to work on all aspects of your project. The team
will be lead by Daniyar Duysenov. He will be your lead in ensuring that all Hydradry
personnel assigned to your project adhere to our "TEAM APPROACH". We work with
our clients and not against them. The client is always first. We are confident that the
structure we are proposing for your project will be a success based on our previous
experience.
Personnel profiled in the attached resumes have been selected by Hydradry's senior
management based on their previous ability to complete projects of similar type, scale, and
our "Team Approach". Their resumes attest to their knowledge, experience, capabilities,
and comprehensive services you deserve.
These personnel having been hand selected to ensure that you are provide the best service
and expertise in the market.
Key Factors of Hydradry's Team:
011811bb"',
CLEARING & WATERDAM AGE S11ECIALLSTS
Communication
Hydradry knows the importance of effective communication. Communication is vital to
the successful completion of any construction project. Hydradry poses good
communication skills, teamwork and leadership for a successful project completion.
Expertise
Hydradry has acquired specialized knowledge in the construction field since 1974. We
understand how different parts of the process fit together and knows the facts that waste,
excessive cost and delays is the result of poor experience, communication and lack of
organization. Hydradry main interest is the owners (City of Sanford) and to ensure that
such problems do not occur.
Specialized knowledge can be very beneficial, particularly in large and complicated
projects, since experts in various specialties can provide valuable services. However, it is
advantageous to understand how the different parts of the process fit together. Waste,
excessive cost and delays can result from poor coordination and communication among
specialists. It is particularly in the interest of owners to ensure that such problems do not
occur. And it behooves all participants in the process to heed the interests of owners
because, in the end, it is the owners who provide the resources and call the shots.
Hydradry responsibility is the commitment of the entire process of the project management
to make sure the owner's desires. Hydradry has a good corporate reputation of quality of
service.
Organization
Hydradry organization skills is one of our major attributes. Hydradry will make sure the
project is done on time and under budget, Hydradry will keep all aspects of the project
organized and running smoothly. Hydradry's crew member are efficient, qualified,
productive and a professional attitude. Hydradry will make sure to do the job right the first
time.
CLEANING & WATER DAMAGE SPE'CIALISrS
CITY OF SANFORD'S TEAM
Daniyar Duysenov
Director of
Construction
Senior Project
Director
Traci Mckinney Robert Messer
Construction Estimator
Administration I
Iml
CLEANING &WAl"ER DAMAGE SPECIA13ST'S
Daria"yar
DiuFi,y,o,,w;enov
Director of Construction
Enthusiastic construction professional eager to contribute to team success through hard work,
attention to detail, and excellent organization skills. Accustomed to working in a fast paced,
hands-on work environment while delivering new and effective solutions to business
challenges.
Responsible to overseeing all construction operations. Dan is focus in teamwork and goal
accomplishment. He will guide the entire team to perform above and beyond their own as
well as the client's expectation.
Valencia College, Orlando, Florida
Associates of Science, Construction Management
EDUCATION
Tashkent Automobile and Road Construction Institute, Russia
Bachelor of Science, Civil Engineering
Certified General Contractor
CERTIFICATIONS Florida Department of Business Regulation
CGC1525607
PROJECT EXPERIENCE
Beardall Senior Center, Orlando, FL
Mold Remediation/Complete Rebuild / 5,000 SF / $183,902 / 2019
Henry Walker Historic House, Orlando, FL
Complete Rebuild/Renovation / 1,900 SF / $352,094 / 2019
Bill Frederick Park, Orlando, FL
Maintenance Facility Renovation / 1,600 SF $48,800 / 2019
Harry P. Leu Gardens, Orlando, FL
Bride and Groom rooms / Mold/Renovation 1$398,500 / 2019
Osceola County, New Dimensions High School, Kissimmee, FL
Mold Mitigation/Renovation School Building / 9,500 SF / $200,000 2018
Housing Assistance of Mount Dora, Mount Dora, FL
Rebuild After Fire/ 1,900 SF / $70,000 / 2017
2911 Old Winter Garden Rd, Orlando, FL
Auto Repair Shop Conversion / 7500 SF / $45,000 / 2015
PeaBody Hotel Parking Garage, Orlando, FL
Project Engineer / 645,000 SF / $22,000,000 / 2009
m.
6
CLEANING & VVATF.RDAMAGE SPE'CIALISrS
Gregory
D,avvidei,. t
Senior Project Director
Greg has over 15 years of experience in the construction industry. He has managed a variety of
different projects from municipal, residential, office, property developments, educational and
industrial. He has vast knowledge on construction means and methods. Greg's knowledge
includes various rehabilitation and remediation projects that required structural reinforcing of
existing structures.
Responsible for managing all project operations. This includes coordination of all construction
activities inclusive of communicating all project requirements and needs with the owners, users,
design professionals, subcontractors, and building officials.
Additionally, he oversees supervising and management field operations. Coordination all work to
be installed and leads company crews when self -performing work. Keeps open lines of
communication with building occupants and ownership to ensure operations of building is not
affected by construction work. Reviews all work in place for quality of workmanship and
specification compliance.
EDUCATION Ocoee H.S., Ocoee, FL
• MS Word &
PROJECT EXPERIENCE WITH HYDRADRY INC.
CERTIFICATIONS
Orange County Utilities -Continuing Contracts, Orlando, FL
• Mold Remediator
Remodel/Rebuild after Water Mitigation/Mold Remediation
• Moisture Mapping
Residence at 241 Rock Springs Dr Kissimmee, FL 34759
• Xactimate
Restoration/Rebuild after Water Mitigation
Certificate
New Dimensions High School, Kissimmee, FL
• Alacrity Certificate
Renovation/Rebuild after Water Mitigation/Mold Remediation
• 11CRC Certificate
City of Orlando, Harry P. Len Gardens, Orlando, FL
• ESA CIAQT
City of Orlando, Eola House, Orlando, FL
Renovation/Remodel house to its original condition
• Bio -Aerosol
Testing
Beardall Senior Center, Orlando, FL
• DASH
Rebuild after Water Mitigation
• MS Word &
City of Orlando, City Hall, Orlando, FL
EXCEL
Restoration after Water Mitigation
• Office Procedures
Bay County Juvenile Court House, Panama City, FL
• Business Process
Mold Remediation/Restoration/Rebuild
Workflow
• Schedule
Clermont Clubhouse, Kissimmee, FL
Management
Remediation/Restoration/Rebuild
• Customer Service
City of Orlando, Harry P. Len Gardens, Orlando, FL
Mold Remediation/Restoration
i11110"
11110"W"I'M115'
7
CLEANING & WATER DAMAGE'SPECIALIS TS
Robert
Estimator
Robert has 30 years of experience in the construction industry serving Central Florida Market.
With $100 million in work estimated Robert wealth of knowledge on industry pricing and
project estimating.
Responsible for reviewing all plans and specifications, Robert has the experience to ensure
nothing falls thru the cracks. He reviews the scope of work and performs construct -abilities
with the project team to ensure there are no scope gaps. Furthermore, he ensures that we
have proper coverage and participation from all our vendors and supplier's delivery while
maintain the budget on every project.
EDUCATION Leesburg H.S., Leesburg, FL
CERTIFICATIONS
PROJECT EXPERIENCE WITH HYDRADRY INC.
•
Mold Remediator
Orange County Utilities -Continuing Contracts, Orlando, FL
•
Moisture Mapping
Remodel/Rebuild after Water Mitigation/Mold Remediation
•
Xactimate
Residence at 241 Rock Springs Dr Kissimmee, FL 34759
Certificate
Restoration/Rebuild after Water Mitigation
•
Alacrity Certificate
•
11CRC Certificate
New Dimensions High School, Kissimmee, FL
Renovation/Rebuild after Water Mitigation/Mold Remediation
•
ESA CIAQT
•
Bio -Aerosol Testing
City of Orlando, Eola House, Orlando, FL
DASH
Renovation/Remodel house to its original condition
•
•
NIS Word & EXCEL
Beardall Senior Center, Orlando, FL
•
Office Procedures
Rebuild after Water Mitigation
•
Business Process
City of Orlando, City Hall, Orlando, FL
Workflow
Restoration after Water Mitigation
•
Schedule
Management
Bay County Juvenile Court House, Panama City, FL
•
Customer Service
Mold Remediation/Restoration/Rebuild
Clermont Clubhouse, Kissimmee, FL
Remediation/Restoration/Rebuild
City of Orlando, Harry P. Len Gardens, Orlando, FL
Mold Remediation/Restoration
I ............... ....... .......
8
CLEANING & WATER DAMAGE SPECIALISTS
rraci
McKinney
Office Manager
EDUCATION
CERTIFICATIONS
• Xactimate
Certificate
• Alacrity Certificate
• IICRC Certificate
• DASH
• MS Word &
EXCEL
• Office Procedures
• Business Process
Workflow
• Schedule
Management
• Customer Service
Traci has over 7 years of experience in the construction industry.
Since 2013 Traci has be instrumental in managing Hydradry's
finances. With her residential and commercial estimating
experience, Traci has development structure to handle the large
project assignments for Hydradry to adhere to all federal, state, and
local law requirements.
Responsible for paperwork, coordinating subcontractors,
processing invoices, maintaining databases, collecting expense
data, recruiting and training employees, and stocking office with
supplies.
West Orange HS, Winter Garden, FL
0 Communication
0 Analysis and Assessment
• Judgment
• Problem Solving
• Decision Making
• Planning and Organization
• Time Management
• Attention to Detail
• Interpersonal Skills
• Motivation
• Empathy
64, "' , "' ""� " E`�,� 0 "A"Y X & "Z
JIIIWIEF, MWYC "i"F. ,, .2PP 5i,,7,XW
CLEARING & W, ATER DAMAGE SPECIALISTS
C. LITIGATION
Hydradry Inc. does not have any outstanding litigations against us that would threaten the
viability of our firm. If given the opportunity to work with the City of Sanford to provide
remodeling services to Fire Station 38, we could begin right away.
CLEANING & WATER DAMAGE SPECIALIST' ;
D. FINANCIAL INFORMATION
Fim-i TliIRD BANIC
May 28, 2020
HYDRADRY, INC.
Mark R. Davideit
3615 N Apopka Vineland Rd Orlando, F132818
To Whom It May Concern:
This letter is to confirm that Hydradry, Inc. has a banking and financial relationship with
Fifth Third Bank. Hydradry, Inc. has had a relationship with Fifth Third Bank since
2006. All accounts and credit facilities are in satisfactory condition with the bank. If you
have additional questions or needs please contact Jeremy Smith at 407-999-3281 or
email at,Iel:eiiiy.sniitli��i)5-1.coiii.
Best Regards,
Jeremy Smith Fifth Third Bank
Business Banking VP 407-999-3281 office
407-492-9217 cell
844-795-8080 — fax
Jerejnv.smini (4-453.corn
0 1", =I HERE
10 11
CL, LISTS
Pictures of Past Projects/Related Experience
241 Rock Springs Dr Kissimmee, FL
CLEANING Vis WATER DAMAGE SPECIALISTS
13
CLEANING & WATER SPECIALISTS
Orange County Utilities — Several Properties Locations
CLEANING & VIVATER DAMAGE SPECIALISTS
Eola House, Orlando, FL
LEANING &WArEF'R DAMAGE SPECIALIST'S
Walker Hendry House, Winter Park, FL
' r 16
/01, Org,
or
J2
CLEANING WATER DAMAGE SPECIALISTS
Beardall Senior Center, Orlando, FL
CLEANING 1; WATER DAMAGE
ECIALISrSPS
O
S
SBI G d u11"U U
18
CLEANING & WATER DAMAGE SPEWALISTS
School District of Osceola County, New Dimensions High School
I
CLEAMING &WATER DAMAGESPECIALISTS
dWi e� 3 YEMEN
I'M Y �N1t. Y 1 ?d 1 OIG bYYY' i X 7 Y7Y "SAY@ IYI �1�11R Ji'i der„I NYrG1 U iai 1
'-1 s 20
TAB C. PROJECT APPROACH
A. PROJECT APPROACH AND UNDERSTANDING
Serving with Courage, Pride and Commitment
The City of Sanford, Fire
Department serves a population
of over 59,000 citizens in 26
square miles. The Sanford Fire
Department operates 3 Stations
with a total of 9 units consisting
of 1 Battalion Chief, 3 Engines, A
100' Aerial Platform, 3 Advanced
Life Support Rescues, and I
Dive/Water Rescue Team with a
22' Fire Boat.
Hydradry is addressing the existing space needs of the department and we will focus
in the design to enhance the facilities. Energy and high efficiency restrooms are
our main goal.
It is commendable that the staff of the Sanford Fire Department has provided a high
level of service while operating from inadequate facilities. We will work to provide
the department the most value for the budget. We also understand the importance
of delivering the project in the assigned schedule by the City of Sanford. We are
fully capable and flexible to work through unexpected events; if happen, and still
ensure that the customer receives the most complete and timely completion of the
project.
Our team is highly competitive in rebuild and remodeled projects for government
agencies. Our projects including the following agencies: City of Orlando, Orange
County Public Schools, Toho Water, Seminole County School Board, Osceola,
Pasco and Polk counties and others.
'14
A110511911 All/
CLEARING & KfA,7"E-R DAMAGE SPECIALISTS
Technical Approach
Hydradry, Inc. believes our technical approach is quite compatible and well suited
to the goals of the City of Sanford. We are accustomed to remodeling and
renovating different kind of structures areas; we will taking full advantage of the
space, lighting, and resources.
Good Communication, Expertise and Organization are the keys to a successful
project. The design team gains a better understanding of the user and owner's
requirements, where the users and owner gain a better understanding of what the
restrooms will be. A better understanding, on both sides, makes a better product
for the owner and this is achieved through meeting with the City officials to
understand their goals and expectations.
Plumbing System, electrical, cabinetry, dispensers, etc. will be designed to
maximize the efficient resources available.
In that regard, Hydradry Inc. have reviewed the blueprints/plans and scope of
services sections of the solicitation and toured the existing site. For this project, we
understand we are remodeling Station 38 restrooms and hallway.
&RESOURCES
Hydradry has a combined experience of more than 45 years in Remediation and
Construction Services, we guarantee 100% satisfaction and if required, immediate
corrective action at no additional cost. Our headquarter office is located at 3615 N.
Apopka Vineland Rd, Orlando, FL. We have a satellite office located at 4813 N.
Hale Ave, Tampa, FL. Hydradry is including a list of the resources needed to
complete City of Sanford construction project. (Please note that all the items listed
will apply or will not apply for the City of Sanford's project).
1. Labor
2. Tools
3. Equipment
4. Materials
• Steel
• Concrete
• Wood
• Plastic
• Brick
• Cloth
• Gravel
CLEEANING & WATER DAMAGE SPECIALIST'S
7. Database
8. Cell phone
9. Laptop or iPad
10. Vehicle
11. Shipping vehicle
12. Boat, etc.
13. Packaging materials
14. Office supplies
15. Marketing material
16. Measuring devices
17. Work clothing
18. Rain or cold weather gear
19. Thermometer
20. Heating / Cooling equipment
21. Environmental mitigation supplies
22. Safety supplies
■ Air quality
■ Poison
■ Bum hazards
• Fall hazards
23. Materials testing
24. Construction Equipment
• Excavator
• Compactor
• Dump truck
■ Crane
• Asphalt paver
■ Welding machine
25. Surveying Equipment
26. Fence
27. Doors, windows, carpet, etc.
28. Paint and painting supplies
29. Inspection reports
30. Design reports
C. TASK DESCRIPTIONS
The following is a summary of Hydradry Inc. approach to accomplish the
remodeling of the restrooms and hallway:
Our proposal consists of a phased approach as dictated by the City of Sanford. The
first phase would be the Preconstruction phase which include the programming
and feasibility, schematic design, and design development. The second phase
would be the Construction phase which include the tom down and the rebuild of
the restrooms and hallway.
3
Preconstruction Phase Task
As your design -builder, we will lead all of the design and planning meeting to
determine the design requirements, the components, and the desires of the City of
Sanford. We will utilize our knowledge of design guidelines to serve as a resource
and provide input to various options related to project phasing, cost options, timing
and details of the project which have worked well on other similar projects.
Detailed progress will be informed to the City's officials to minimize delays and
costs. We are committed to provide the City the best service for their money.
Construction Phase Task
Our team begins our construction approach by establishing the quality and the
schedule goals. Hydradry will obtain all the permits, bonds and insurance
requirements for the project. Hydradry will make sure to understand your needs,
the City's intent and the most cost-effective way to deliver the most value to your
project.
Hydradry will follow all rules and regulations regarding safety management for the
City of Sanford. All our personnel posse's safety management training and our
supervisors are OSHA certified.
D. MANAGEMENT AND PLANNING STRATEGIES
At Hydradry Inc., our goal is 100% customer satisfaction. Hydradry is
commitment, we must clearly define what our clients expect from us, develop
standards by which our employees will perform, and measure the results. Together
with our clients, we will develop standards of performance by which the quality of
services can be measured. These standards will be clear, concise, and measurable
to allow us to track our performance against your service requirements. Our
inspection program is based on documented procedures, regular inspections, and
frequent customer communications. Hydradry is obligated to providing quality
service that is based on total customer satisfaction and continuous improvement.
We work with you to successfully implement a technological driven and proven
performance solution.
Our design -build team is structured with a clear, efficient, and effective
management approach with a single point of responsibility. We are acutely aware
of the speed and production demands of governmental projects and have
purposefully kept our organization streamlined so team communication is
instantaneous and constant. Dan Duysenov will serve as the Design -Build Project
Executive/Director of Construction for our team.
4
Hydradry will facilitate and management the three independent segments for the
projects following the directions of the City of Sanford. Keeping up with the
numerous technical matters associated specifically with the governmental industry
is extremely difficult for companies who are not continuously involved in
practicing in this industry. Quality control and assurance for Hydradry means
developing operational controls to ensure that the results match City of Sanford
desired outcomes.
DASH is a web -based restoration management software system that allows us to
streamline our job management, photos, daily technician notes, equipment etc. It
also gives us the ability to send all the information that was accumulated at the end
of the job straight to any City of Sanford staff via email in a simple link that can be
accessed at any point.
COMMUNICATION is key to the success of every project. To facilitate
communication, we have provided administrative and management staff, as
well as our on-site supervisory personnel, and technicians cellular phones to
use throughout the duration of each project, if applicable. This will allow office
administration, management, and other personnel to communicate with any
supervisor on-site and allow Hydradry to communicate directly with City of
Sanford's staff.
In light of the novel coronavirus and the new CDC standards we are now
offering our clients "Virtual Assistance" using the platform Gruveo. Getting
our clients to install a new app just to video call you are a non-starter. That is why
Gruveo runs right in the caller's browser, without annoying plugins or app installs.
And, since no account is needed to make a call, there are zero barriers for customers
to reach you in a safe environment.
Our Supervisors will serve as the direct point of contact on the jobsite and will
maintain lines of communication between City of Sanford and our Project
Director/Managers. All technicians will be required to call in with work
progress updates to the Senior Project Director Gregory Davideit as well as the
appropriate Construction Administrator and Estimator Traci McKinney and
Bobby Messer.
I rr 04! M, Po
E. HYDRADRY INNOVATIVE CONCEPTS THAT MAKE IT UNIQUE
Reasons Why We're the Best Construction Company
We work with you.
Hydradry will work with you on your project, large or small. Together we will fine-
tune your new construction, remodeling or renovation plans, incorporating your
desired designs and specifications.
We provide a comprehensive range of services.
Our services include commercial flooring, drywall, painting, and more to turn your
business into a place of pride. Choose us for our background in general contracting
services such as tenant improvements, custom reception areas, lighting,
maintenance, build outs, and carpet installations. In addition to remodels and
renovations, we plan out all new construction projects from beginning to end.
We offer competitive pricing.
Choosing the best construction company means that you will benefit from top
services that are also affordable, with a high return on investment. We work within
your budget to ensure you get you what you want by using cost-effective strategies.
We have extensive experience in commercial construction.
Our lengthy portfolio includes projects related to building restaurants, office space,
convenience stores, and residential. You get a chance to work with a team that
knows the commercial construction business inside and out for a one -of -a -kind
experience.
We've got an excellent reputation.
Because we are well known in the industry for providing quality commercial
construction solutions for our clients, all you have to do is check out our success
rate, which is excellent, as is our long standing relationships with clients. They keep
coming back to utilize our expertise every time, translating to a high rate of repeat
customers. We have unique safety programs in place plus our long tenured
employees and subcontractors speak to our history of excellence as well.
CLEANING T uW DAJWA GE SPECIALISr.S.
TAB D. RFP SOLICITATION RESPONSE REQUIRED FORMS
re�aSAWM
Attachment "B"
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.
Hydradry Inc.
Elizabeth Rodriguez, Bid Analyst
Printed or Typed Name and Title of Authorized Representative (Affiant)
34
City of Sanford Finance Department Purchasing Division
300 N. Park Avenue Suite 243 2"' Floor, Sanford Florida 32771
Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
aim
AC"N"'FORD
FINANCEDEPARTMEta
REQUEST FOR PROPOSALS (RFP)
One -Time Purchase
I
TITLE: REMODELING STATION 38 RESTROOMS AND HALLWAY
Attachment "B"
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.
Hydradry Inc.
Elizabeth Rodriguez, Bid Analyst
Printed or Typed Name and Title of Authorized Representative (Affiant)
34
C", 01
S.klVFQRD
City of Sanford Finance Department Purchasing Division
300 N. Park Avenue Suite 243 2" Floor, Sanford Florida 32771
Phone: 407-688-5028, or 5030 Fax: 407-688-5021
FINANCE DEPARTMENI
REQUEST FOR PROPOSALS (RFP)
One -Time Purchase
TITLE: REMODELING STATION 38 RESTROOMS AND HALLWAY
STATE OF FLORIDA
COUNTY OF Orange
I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and
take ack owledgments, personally appeared Elizabeth Rodriguez who is personally known to
0
me or ho produced driver license as identification and acknowledged before me that
s/he ercwuted the same. Sworn and subscribed before me, by Elizabeth Rodriguez
by means ofhysical presence or { ) online notarization on the el e day of , 2020, the said person did
take an oathandwas 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.
4UjNE52"V hand onri riffir-in seal in the County and State last aforesaid this_!, I day of 2020.
Nip DANIELA OROZCO
MYCOMMISSION #GGI I
001 1
EXPIRES: May 2, 2021 11 —
%'11,11, Bonded Thru Nolary Public Undonvrilers 11 (Notary Public in and for the County and State Aforementioned)
SEAL My commission expires: 7 -e -, z
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE
cv-Failure to submit this form may be grounds for disqualification of your submittal -w
35
Attachment "C"
Conflict of Interest Statement
A. I am the of representative with a local office in—Hydradry Inc.
[insert Title] [Insert Company Name]
and principal office in 3615 N. Apopka Vineland Rd Orlando,,FL 32818
B. The entity hereby submits an offer to RFP 19/20-72 Remodeling Station 38 Restrooms and Hallway.
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
Altt,qchment "C', )nflipt of Interest Statement, is truthful and correct at the time of submission.
_&_Ic Alt
AFFIOT SIGNATURE
Elizabeth Rodriguez
Typed Name of AFFIANT
Bid Analyst
Title
STATE OF FLORIDA
COUNTY OF orange
I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take
acknowlpdgments, personally appeared Elizabeth Rodriguez )who is personally known to
me or who produced driver license as identification and acknowledged before me that
s/he cutede same. Sworn and subscribed before me, by Elizabeth Rodriguez
by mea hysical presence or online notarization on the day of 2020, the said person did
take an ancd 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.
36
City of Sanford Finance Department Purchasing Division
300 N. Park Avenue Suite 243 2"1 Floor, Sanford Florida 32771
Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
,2SXKF0RD
22' FINANCE DEPARWENT
REQUEST FOR PROPOSALS (RFP)
One Purchase
-Time
TITLE: REMODELING STATION 38 RESTROOMS AND HALLWAY
Attachment "C"
Conflict of Interest Statement
A. I am the of representative with a local office in—Hydradry Inc.
[insert Title] [Insert Company Name]
and principal office in 3615 N. Apopka Vineland Rd Orlando,,FL 32818
B. The entity hereby submits an offer to RFP 19/20-72 Remodeling Station 38 Restrooms and Hallway.
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
Altt,qchment "C', )nflipt of Interest Statement, is truthful and correct at the time of submission.
_&_Ic Alt
AFFIOT SIGNATURE
Elizabeth Rodriguez
Typed Name of AFFIANT
Bid Analyst
Title
STATE OF FLORIDA
COUNTY OF orange
I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take
acknowlpdgments, personally appeared Elizabeth Rodriguez )who is personally known to
me or who produced driver license as identification and acknowledged before me that
s/he cutede same. Sworn and subscribed before me, by Elizabeth Rodriguez
by mea hysical presence or online notarization on the day of 2020, the said person did
take an ancd 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.
36
NESS myna td andofficial seal in the County and State last aforesaid this__jday Of 2020.
DANIELA OROZCO
MY COMMISSION it GG 100111
BorvdedThru Notary Public Undorwitors I (Notary Public in and for the County a—n-d-Sfa-te Aforementioned)
SEAL My commission expires: Z_ 1,
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE
'"'Failure to submit this form may be grounds for disqualification of your submittal -w
37
City of Sanford Finance Department Purchasing Division
300 N. Park Avenue Suite 243 2"' Floor, Sanford Florida 32771
SA
Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
QRD
FMANCE DEPARTMENT
REQUEST FOR PROPOSALS (RFP)
One -Time Purchase
TITLE: REMODELING STATION 38 RESTROOMS AND HALLWAY
NESS myna td andofficial seal in the County and State last aforesaid this__jday Of 2020.
DANIELA OROZCO
MY COMMISSION it GG 100111
BorvdedThru Notary Public Undorwitors I (Notary Public in and for the County a—n-d-Sfa-te Aforementioned)
SEAL My commission expires: Z_ 1,
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE
'"'Failure to submit this form may be grounds for disqualification of your submittal -w
37
Attachment "D"
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 RFP 19/20-72 titled Remodeling Station 38 Restrooms and
Hallway.
B. This sworn statement is submitted by Hydradry Inc. whose business address is
[Name of entity submitting sworn statement]
3615 N. Apopka Vineland Rd Orlando, FL 32818 and (if applicable) it's Federal
Employer Identification Number (FEIN) is 59-3435591 the entity has no FEIN, include the Social Security
Number of the individual signing this sworn statement: One
C. My name is Elizabeth Rodriguez and my relationship to the above is representative.
[Please print name of individual signing]
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(l) (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 ajury 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(l) (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 (V) which statement applies].
38
City of Sanford Finance Department Purchasing Division
300 N. Park Avenue Suite 243 2 n' Floor, Sanford Florida 32771
01
S,k,QRD
Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
FINANCE DEPARTMENT.
REQUEST FOR PROPOSALS (RFP)
One -Time Purchase
TITLE: REMODELING STATION 38 RESTROOMS AND HALLWAY
Attachment "D"
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 RFP 19/20-72 titled Remodeling Station 38 Restrooms and
Hallway.
B. This sworn statement is submitted by Hydradry Inc. whose business address is
[Name of entity submitting sworn statement]
3615 N. Apopka Vineland Rd Orlando, FL 32818 and (if applicable) it's Federal
Employer Identification Number (FEIN) is 59-3435591 the entity has no FEIN, include the Social Security
Number of the individual signing this sworn statement: One
C. My name is Elizabeth Rodriguez and my relationship to the above is representative.
[Please print name of individual signing]
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(l) (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 ajury 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(l) (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 (V) which statement applies].
38
v 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 ajudge 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 ajudge 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, Uwe, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in
Attachment I'D", Public Entity Crimes Statement, is truthful and correct at the time of submission.
n
*AFFIT� SIGNATURE
Elizabeth Rodriguez
Typed Name of AFFIANT
Bid Analyst
Title
93Z
City of Sanford Finance Department Purchasing Division
3"" N. Park Avenue Suite 143 2"d Floor, Sanford Florida 32771
c"y 0,
SA34FORD
Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
si
m',
FINANCE DEPARTMENT
REQUEST FOR PROPOSALS (RFP)
One-Time Purchase
TITLE: REMODELING STATION 38 RESTROOMS AND HALLWAY
v 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 ajudge 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 ajudge 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, Uwe, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in
Attachment I'D", Public Entity Crimes Statement, is truthful and correct at the time of submission.
n
*AFFIT� SIGNATURE
Elizabeth Rodriguez
Typed Name of AFFIANT
Bid Analyst
Title
93Z
STATE OF FLORIDA
COUNTY OF Orange
I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take
acknow dgments, personally appeared Elizabeth Rodriguez { } who is personally known to
me or who produced driver license as identification and acknowledged before me that
s/he excuteclAhe same. Sworn and subscribed before me, by Elizabeth Rodriquez
by means ophysical presence or {} online notarization on the _ day of 2020, the said person did
take an oath nd 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.
0
WITNESS my hand and official seal in the County and State last of this day of Jj
2020.
DANIEIA OR0ZC0
MY COMMISSION# GG 1w, Ill
EXPIRES: May 2,202 otary Public In and for the County and State Aforementioned)
Donded Thru Notary Public UrvETWIftots
SEAL My commission expires: Z z' I
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE
'V'Failure to submit this form may be grounds for disqualification of your submittal-'rL'
40
City of Sanford Finance Department Purchasing Division
300 N. Park Avenue Suite 243 2"' Floor, Sanford Florida 32771
s
Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
oRD
/,,j,, FINANCE DEPARTMENI
� 0
REQUEST FOR PROPOSALS (RFP)
One -Time Purchase
'ou
TITLE: REMODELING STATION 38 RESTROOMS AND HALLWAY
STATE OF FLORIDA
COUNTY OF Orange
I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take
acknow dgments, personally appeared Elizabeth Rodriguez { } who is personally known to
me or who produced driver license as identification and acknowledged before me that
s/he excuteclAhe same. Sworn and subscribed before me, by Elizabeth Rodriquez
by means ophysical presence or {} online notarization on the _ day of 2020, the said person did
take an oath nd 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.
0
WITNESS my hand and official seal in the County and State last of this day of Jj
2020.
DANIEIA OR0ZC0
MY COMMISSION# GG 1w, Ill
EXPIRES: May 2,202 otary Public In and for the County and State Aforementioned)
Donded Thru Notary Public UrvETWIftots
SEAL My commission expires: Z z' I
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE
'V'Failure to submit this form may be grounds for disqualification of your submittal-'rL'
40
Attachment "E"
COMPLIANCE WITH THE PUBLIC RECORDS LAW AFFIDAVIT
I. If and when the City of Sanford transmits records to the Contra ctorNendo r which are exempt from public
disclosure, the ContractorNendor shall execute an "Acknowledgement of Receipt of Exempt Public Records
and Agreement to Safeguard" which will be provided with the exempt records. A sample form is attached for
the bidder/proposer's information.
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.
Hydradry Inc.
Proposer/Bidder ,
Signat of Authorized Repre to ' (Affiant) Date
Elizabeth Rodriquez, Bid Analyst
Printed or Typed Name and Title of Authorized Representative (Affiant)
City of Sanford � Finance Department � Purchasing Division
300 N. Park Avenue Suite 243 2 Floor, Sanford Florida 32771
"�°F Phone: 407-688-5028 or 5030 I Fax: 407-688-5021
;`SANFC9RF3
G Fuvaraceaernr2v,+ear
REQUEST FOR PROPOSALS (RFP)
One -Time Purchase
TITLE: REMODELING STATION 38 RESTROOMS AND
41
HALLWAY
Attachment "E"
COMPLIANCE WITH THE PUBLIC RECORDS LAW AFFIDAVIT
I. If and when the City of Sanford transmits records to the Contra ctorNendo r which are exempt from public
disclosure, the ContractorNendor shall execute an "Acknowledgement of Receipt of Exempt Public Records
and Agreement to Safeguard" which will be provided with the exempt records. A sample form is attached for
the bidder/proposer's information.
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.
Hydradry Inc.
Proposer/Bidder ,
Signat of Authorized Repre to ' (Affiant) Date
Elizabeth Rodriquez, Bid Analyst
Printed or Typed Name and Title of Authorized Representative (Affiant)
City of Sanford � Finance Department � Purchasing Division
300 N. Park Avenue Suite 243 2 Floor, Sanford Florida 32771
"�°F Phone: 407-688-5028 or 5030 I Fax: 407-688-5021
;`SANFC9RF3
G Fuvaraceaernr2v,+ear
REQUEST FOR PROPOSALS (RFP)
One -Time Purchase
TITLE: REMODELING STATION 38 RESTROOMS AND
41
STATE OF FLORIDA
COUNTY OF Orange
I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take
ackno�ho
gments, personally a peared Elizabeth Rodriguez {) who is personally known to
me c produced driver Picense as identification and acknowledged before me that
s/he teo J�e same. Sworn and subscribed before me, by-___-T—
E�izabeth Rodriguez
by means ofWhysical presence or {} online notarization on the !�j day of Jk/ —,0-- _' 2020, the said person did
take an oath land 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 � day of J1j , -P_ 12020.
DANIELA OROZCO
MY COMMISSION # GG 100111 (Notary Public in and for the Cain and State Aforementioned)
EXPIRES: May 2, 2021
Bonded Thru Nolary Public Undumitors
SEAL My commission expires:
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE
<P -Failure to submit this form may be grounds for disqualification of your submittal -0
42
City of Sanford Finance Department Purchasing Division
300 N. Park Avenue Suite 243 211 Floor, Sanford Florida 32771
CITY or
Phone:407 -688-5028, or 5030 1 Fax: 407-688-5021
'Ski4FORD
el, N"I"AA NNANCEDEPARTMENT
REQUEST FOR PROPOSALS (RFP)
One -Time Purchase
mmiwsi"
TITLE: REMODELING STATION 38 RESTROOMS AND HALLWAY
STATE OF FLORIDA
COUNTY OF Orange
I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take
ackno�ho
gments, personally a peared Elizabeth Rodriguez {) who is personally known to
me c produced driver Picense as identification and acknowledged before me that
s/he teo J�e same. Sworn and subscribed before me, by-___-T—
E�izabeth Rodriguez
by means ofWhysical presence or {} online notarization on the !�j day of Jk/ —,0-- _' 2020, the said person did
take an oath land 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 � day of J1j , -P_ 12020.
DANIELA OROZCO
MY COMMISSION # GG 100111 (Notary Public in and for the Cain and State Aforementioned)
EXPIRES: May 2, 2021
Bonded Thru Nolary Public Undumitors
SEAL My commission expires:
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE
<P -Failure to submit this form may be grounds for disqualification of your submittal -0
42
0
F
SX,,,, N ORD
0
City of Sanford Finance Department Purchasing Division
300 N. Park Avenue Suite 243 2" Floor, Sanford Florida 32771
Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
liisoi
!1/1111'1,11,A� FINANCEDEPARTMEN1
REQUEST FOR PROPOSALS (RFP)
One-Time Purchase
TITLE: REMODELING STATION 38 RESTROOMS AND HALLWAY
Attachment "F"
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.
Hydradry Inc.
Name of Bidder
Sign re of Authorized Reprenre bate
Elizabeth Rodriguez, Bid Analyst
Printed or Typed Name and Title of Authorized Representative
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE
120 -Failure to submit this form may be grounds for disqualification of your submittal -'O
43
City of Sanford I Finance Department I Purchasing Division
300 N. Park Avenue Suite 243 2"' Floor, Sanford Florida 32771
�SXi4FQRD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
U
FINANCE DEPARTMENT REQUEST FOR PROPOSALS (RFP)
One -Time Purchase
Attachment "G"
DISPUTES DISCLOSURE FORM
Answer the following questions by answering "YES" or "NO". If you answer "YES", please explain in the space
provided, please add a page(s) if additional space is needed.
Has your firm, or any of its officers, received a reprimand of any nature or been suspended by the
Department of Professional Regulation or any other regulatory agency or professional association within
the last five (5) years? No _ (Y/N)
2. Has your firm, or any member of your firm, been declared in default, terminated or removed from a
contract or job related to the services your firm provides in the regular course of business within the last
five (5) years? Na — (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.
Hydradry Inc.
Firm
�'t20ze)
Si2nat*e of Authorized
Elizabeth Rodriguez, Bid Analyst
Printed or Typed Name and Title of Authorized Representative
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE
`V'Failure to submit this form may be grounds for disqualification of your submittal`s
44
Attachment "H"
Drug -Free Workplace Certification
When applicable, the drug-free certification form below must be signed and returned with the RFP 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, Uwe, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in
Attachment H, Drug -Free Workplace Certification, is truthful and correct at the time of submission.
AFFIOT SIGNATURE
Elizabeth Rodriguez
Typed Name of AFFIANT
Bid Anal
Title
45
City of Sanford Finance Department Purchasing Division
300 N. Park Avenue Suite 243 2"d Floor, Sanford Florida 32771
f j//j j;/ Mi jj
CITY Of
0
Phone: -688-5028, or 5030 1 Fax: 407-688-5021
j
FINAr,ia DEPARTMENT
§,�i4FORD
REQUEST FOR PROPOSALS (RFP)
One Purchase
-Time
I
TITLE: REMODELING STATION 38 RESTROOMS AND HALLWAY
Attachment "H"
Drug -Free Workplace Certification
When applicable, the drug-free certification form below must be signed and returned with the RFP 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, Uwe, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in
Attachment H, Drug -Free Workplace Certification, is truthful and correct at the time of submission.
AFFIOT SIGNATURE
Elizabeth Rodriguez
Typed Name of AFFIANT
Bid Anal
Title
45
STATE OF FLORIDA
COUNTY OF Orange
I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take
acknowlAdgments personally appeared Elizabeth Rodriguez { } who is personally known to
me orrho produced driver license as identification and acknowledged before me that
cu
s/he � cuted1he same. Sworn and subscribed before me, by Elizabeth Rodriguez
by means ofphysical presence or { } online notarization on the C� day of k)-, (_ —, 2020, the said person did
take an oathvrnd 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 aforesa' this 0( day of JL,, 2020.
DANIELAOROZCO
MY COMMISSION# GG 100111
EXPIRES: May 2,2021 (Notary Public in and for the CountyandState Aforementioned)
Bonded Thru Notary Public Undletwilors
SEAL My commission expires: 7-
�rFailure to submit this form may be grounds for disqualification of your submittal -W
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE
46
City of Sanford (Finance Department I Purchasing Division
300 N. Park Avenue Suite 243 2°d Floor, Sanford Florida 32771
SXKFORD
Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
FINANCEDEPARTMV41
REQUEST FOR PROPOSALS (RFP)
gg
One -Time Purchase
TITLE: REMODELING STATION 38 RESTROOMS AND HALLWAY
STATE OF FLORIDA
COUNTY OF Orange
I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take
acknowlAdgments personally appeared Elizabeth Rodriguez { } who is personally known to
me orrho produced driver license as identification and acknowledged before me that
cu
s/he � cuted1he same. Sworn and subscribed before me, by Elizabeth Rodriguez
by means ofphysical presence or { } online notarization on the C� day of k)-, (_ —, 2020, the said person did
take an oathvrnd 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 aforesa' this 0( day of JL,, 2020.
DANIELAOROZCO
MY COMMISSION# GG 100111
EXPIRES: May 2,2021 (Notary Public in and for the CountyandState Aforementioned)
Bonded Thru Notary Public Undletwilors
SEAL My commission expires: 7-
�rFailure to submit this form may be grounds for disqualification of your submittal -W
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE
46
Attachment "I"
Unauthorized (Illegal) Alien Workers
The CITY will not intentionally award publicly -funded contracts to any contractor who knowingly employs
unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section
1324a(e) Section 274A(e) of the Immigration and Nationally Act (INA). The CITY shall consider the employment
by the CONTRACTOR of unauthorized aliens, a violation of Section 274A(e) of the INA. Such violation by the
CONTRACTOR of the employment provisions contained in Section 274A(e) of the INA shall be grounds for
immediate termination of this Agreement by the CITY.
1. By executing this certification, the CONTRACTOR certifies that . Hydrady Inc -
'(name of company) does not and will not during the performance of
any contract resulting from the solicitation identified below employ illegal alien workers or otherwise violate the
provisions of the federal Immigration Reform and Control Act of 1986.
2. The Undersigned agrees to, upon request of the City, provide copies of Immigration Form 1-9 for each
person associated with the above named company who has been or is present at the designated jobsite
associated with any work or project resulting from this solicitation.
CONTRACTOR: Hydractry Inc.
Signature: rinted Name: Elizabeth Rodriguez
Title: Bid Anal,a Date:
Affix Corporate Seal
STATE OF FLORIDA
COUNTY OF Orange
I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take
acknowl gments, personally appeared Elizabeth Rodriguez { } who is personally known to
me c ho produced driver license as identification and acknowledged before me that
s/he qc�uted kie same. Sworn and subscribed before me, by Elizabeth Rodriguez
by means ofphysical presence or { } online notarization on the _Q_ day of . ),/ - c —, 2020, the said person did
take an oath nd 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.
R_64�0_::&ffi_c]ia seal in the County and State last aforesaid this day of t 12020.
n. n. - MISSION # GG 100111
MY com
M.
fi EXPIRES: May 2, 2021
Bondod Thru Notary Public Underwrilors
(Notary Public in and for the County and State Aforementioned)
SEAL My commission expires: S—/ -L / -I J -?-. /
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE
IP'Failure to submit this form may be grounds for disqualification of your submittal''
47
City of Sanford I Finance Department I Purchasing Division
300 N. Park Avenue Suite 243 2"' Floor, Sanford Florida 32771
S,k�-QRD
Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
FINANCE DEPARTMEM
REQUEST FOR PROPOSALS (RFP)
One -Time Purchase
TITLE: REMODELING STATION 38 RESTROOMS AND HALLWAY
Attachment "I"
Unauthorized (Illegal) Alien Workers
The CITY will not intentionally award publicly -funded contracts to any contractor who knowingly employs
unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section
1324a(e) Section 274A(e) of the Immigration and Nationally Act (INA). The CITY shall consider the employment
by the CONTRACTOR of unauthorized aliens, a violation of Section 274A(e) of the INA. Such violation by the
CONTRACTOR of the employment provisions contained in Section 274A(e) of the INA shall be grounds for
immediate termination of this Agreement by the CITY.
1. By executing this certification, the CONTRACTOR certifies that . Hydrady Inc -
'(name of company) does not and will not during the performance of
any contract resulting from the solicitation identified below employ illegal alien workers or otherwise violate the
provisions of the federal Immigration Reform and Control Act of 1986.
2. The Undersigned agrees to, upon request of the City, provide copies of Immigration Form 1-9 for each
person associated with the above named company who has been or is present at the designated jobsite
associated with any work or project resulting from this solicitation.
CONTRACTOR: Hydractry Inc.
Signature: rinted Name: Elizabeth Rodriguez
Title: Bid Anal,a Date:
Affix Corporate Seal
STATE OF FLORIDA
COUNTY OF Orange
I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take
acknowl gments, personally appeared Elizabeth Rodriguez { } who is personally known to
me c ho produced driver license as identification and acknowledged before me that
s/he qc�uted kie same. Sworn and subscribed before me, by Elizabeth Rodriguez
by means ofphysical presence or { } online notarization on the _Q_ day of . ),/ - c —, 2020, the said person did
take an oath nd 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.
R_64�0_::&ffi_c]ia seal in the County and State last aforesaid this day of t 12020.
n. n. - MISSION # GG 100111
MY com
M.
fi EXPIRES: May 2, 2021
Bondod Thru Notary Public Underwrilors
(Notary Public in and for the County and State Aforementioned)
SEAL My commission expires: S—/ -L / -I J -?-. /
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE
IP'Failure to submit this form may be grounds for disqualification of your submittal''
47
Attachment "J"
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.
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.
Hydradry Inc.
Contractor A
':2L1)_,2_0
of Authorized Repregntatj� (Affiant) / Date
Elizabeth Rodriguez, Bid Analyst
Printed or Typed Name and Title of Authorized Representative (Affiant)
48
City of Sanford Finance Department Purchasing Division
300 N. Park Avenue Suite 243 2nd Floor, Sanford Florida 32771
SXi�FoRD
Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
"s
FINANCE DEPARTMENT
REQUEST FOR PROPOSALS (RFP)
One -Time Purchase
TITLE: REMODELING STATION 38 RESTROOMS AND HALLWAY
Attachment "J"
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.
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.
Hydradry Inc.
Contractor A
':2L1)_,2_0
of Authorized Repregntatj� (Affiant) / Date
Elizabeth Rodriguez, Bid Analyst
Printed or Typed Name and Title of Authorized Representative (Affiant)
48
City of Sanford I Finance Department I Purchasing Division
300 N. Park Avenue Suite 243 2 "d Floor, Sanford Florida 32771
CITY OF Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
SA14FORD
FINANCE DEPARTMENT
REQUEST FOR PROPOSALS (RFP)
One -Time Purchase
STATE OF FLORIDA
COUNTY OF Orange
I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take
acknowlqdgments personally appeared Elizabeth Rodriguez { } who is personally known to
me or ho produced driver license as identification and acknowledged before me that
s/he e recuted the same. Sworn and subscribed before me, by Elizabeth Rodriguez
by means ofphysical presence or { } online notarization on the _�_ day of c- 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 I day of A.." 2020.
DANIELAORGZCO
MY COMMISSION# GG 100111 (Notary Public in and for the Cou nd State Aforementioned)
EXPIRES: May Z 2021
BMdod Nu NoWy PLft UndmR*m
SEAL My commission expires:
,v'Failure to submit this form may be grounds for disqualification of your submittal-®
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE
49
Attachment "K"
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. 12 101 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.
Hydradry Inc.
Contractor
of Authorized Repp�en)ove (Affiant)
Elizabeth Rodriguez, Bid Analyst
Printed or Typed Name and Title of Authorized Representative (Affiant)
STATE OF FLORIDA
COUNTY OF Orange
I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take
acknowl dgments, personally appeared Elizabeth Rodriguez who is personally known to
I
me or who produced driver license as identification and acknowledged before me that
s/he eFecuted t e same. Sworn and subscribed before me, by Elizabeth Rodriguez
by means of hysical presence or {} online notarization on the C
_ 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 fflbmaeid this day of J_/-, -e— 2020.
.... R0ZC0
""'I,
V, DANIELAO
My COMMISSION 0 GG 100111 (Notary Public in and for the County and State Aforementioned)
L My commission expires:
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE
`,'O'Failure to submit this form may be grounds for disqualification of your submittal-IiO
50
City of Sanford Finance Department Purchasing Division
311 N. Park Avenue Suite 213 2nd Floor, Sanford Florida 32771
"'y
S��FQRD
Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
FINANCE 0EPARTAIEN1
REQUEST FOR PROPOSALS (RFP)
One -Time Purchase
TITLE: REMODELING STATION 38 RESTROOMS AND HALLWAY
Attachment "K"
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. 12 101 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.
Hydradry Inc.
Contractor
of Authorized Repp�en)ove (Affiant)
Elizabeth Rodriguez, Bid Analyst
Printed or Typed Name and Title of Authorized Representative (Affiant)
STATE OF FLORIDA
COUNTY OF Orange
I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take
acknowl dgments, personally appeared Elizabeth Rodriguez who is personally known to
I
me or who produced driver license as identification and acknowledged before me that
s/he eFecuted t e same. Sworn and subscribed before me, by Elizabeth Rodriguez
by means of hysical presence or {} online notarization on the C
_ 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 fflbmaeid this day of J_/-, -e— 2020.
.... R0ZC0
""'I,
V, DANIELAO
My COMMISSION 0 GG 100111 (Notary Public in and for the County and State Aforementioned)
L My commission expires:
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE
`,'O'Failure to submit this form may be grounds for disqualification of your submittal-IiO
50
FINANCE DEPARTME147
NFORD
City of Sanford Finance Department Purchasing Division
300 N. Park Avenue Suite 243 2"1 Floor, Sanford Florida 32771
Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
��.sis
REQUEST FOR PROPOSALS (RFP)
One -Time Purchase
TITLE: REMODELING STATION 38 RESTROOMS AND HALLWAY
Attachment "L"
Insurance Requirements
51
Employers Liability
Employers Liability
Employers Liability
Workers' Compensation
$1,000,000.00
$500,000.00
$500,000.00
*Certificates of exemption are not
Each Accident
Each Accident
Each Accident
acceptable in lieu ofworkers
$1,000,000.00
$500,000.00
$500,000.00
compensation insurance
Disease
Disease
Disease
$1,000,000.00
$500,000.00
$500,000.00
Commercial General Liability
$3,000,000.00 Per
$1,000,000.00 Per
$500,000.00 Per
shall include- Bodily Injured Liability
Occurrence
Occurrence
Occurrence
and Advertising Injuring Liability
Coverages shall include: Premises/
$3,000,000.00 General
$1,000,000.00 General
$500,000.00 General
Operations; Products/Completed
Aggregate
Aggregate
Aggregate
Operations; Contractual Liability,
Independent Contractors, Explosion;
Collapse; Underground When required
by the City, coverage must be provided
for Sexual Harassment, Abuse and
Molestation.
Comprehensive Auto Liability,
$ 1,000,000 Combined
$ 1,000,000 Combined
$ 500,000 Per Occurrence
CSL, shall include "any auto" or
Single Limit
Single Limit
shall include all of the following:
$ 1,000,000 General
$ 500,000 General
owned, leased, hired, non -owned
$ 1,000,000 General
Aggregate
Aggregate
autos, and scheduled autos.
Aggregate
Professional Liability (when required)
$1,000,000.00
$1,000,000.00
$1,000,000.00
Minimum
Minimum
Minimum
Builder's Risk (when required) shall
100% of completed
100% of completed
100% of completed
include theft, sinkholes, off site
value of additions
value of additions
value of additions
storage, transit, installation and
and structure
and structure
and structure
equipment breakdown. Permission
to occupy shall be included and the
policy shall be endorsed to cover the
interest of all parties, including the
City of Sanford, all contractors and
subcontractors.
$3,000,000 Aggregate: No
$1,000,000 Aggregate:
$500,000 Aggregate:
Garage Keepers (when required)
per vehicle maximum
No per vehicle maximum
No per vehicle maximum
referredpreferred
referred
$3,000,000 Combined
$1,000,000 Combined
$500,000 Combined Single
Garage Liability (when required)
Single Limit
Single Limit
Limit
$3,000,000 General
$1,000,000 General
$500,000 General Aggregate
I Aggregate
I Aggregate
51
I. It is noted that Professional Liability, builder's risk, garage keepers and garage liability is not required
unless applicable conditions exist. If clarification is needed the CONTRACTOR must request
clarification from the City of Sanford Purchasing Office.
11. Vendor, Contractor, bidder shall provide, to the City of Sanford "City," prior to commencing any work,
a Certificate of Insurance which verifies coverage in compliance with the requirements outlined below.
Any work initiated without completion of this requirement shall be unauthorized and the City will
not be responsible.
III. The City reserves the right, as conditions warrant, to modify or increase insurance requirements outlined
below as may be determined by the project, conditions and exposure
➢ Certification Terms and Conditions
IV. It is noted that the City has a contractual relationship with the named vendor, contractor or provider
(collectively referred hereinafter as Contractor) applicable to a purchase order, work order, contract or
other form of commitment by the City of Sanford, whether in writing or not and has no such contractual
relationship with the Contractor's insurance carrier. Therefore, the onus is on the Contractor to insure
that they have the insurance coverage specified by the City to meet all contractual obligations and
expectations of the City. Further, as the Contractor's insurance coverage is a matter between the vendor
and its insurance carrier, the City will turn to the Contractor for relief as a result of any damages or
alleged damages for which the Contractor is responsible to indemnify and hold the City harmless. It is
understood that the Contractor may satisfy relief to the City for such damages either directly or through
its insurance coverage; exclusions by the insurance carrier notwithstanding, the City will expect relief
from the Contractor.
a. The insurance limits indicated above and otherwise referenced are minimum limits
acceptable to the City. Also, all contractor policies shall to be considered primary to
City coverage and shall not contain co-insurance provisions.
b. All policies, except for professional liability policies and workers compensation policies shall
name the City of Sanford as Additional Insured.
c. Professional Liability Coverage, when applicable, will be defined on a case by case basis.
d. In the event that the insurance coverage expires prior to the completion of the project, a
renewal certificate shall be issued 30 days prior to said expiration date.
e. All limits are per occurrence and must include Bodily Injury and Property Damage.
f. All policies must be written on occurrence form, not on claims made Form, except for
Professional Liability.
g. Self -Insured retentions shall be allowed on M liability coverage.
h. In the notification of cancellation: The City of Sanford shall be endorsed onto the policy
as a cancellation notice recipient. Should any of the above described policies of Sanford
in accordance with the policy provisions.
i. All insurers must have an A.M. rating of at least A -VII.
j. It is the responsibility of the Prime CONTRACTOR to ensure that all sub -contractors
retained by the Prime CONTRACTOR shall provide coverage as defined here -in before and
after and are the responsibility of said Prime CONTRACTOR in all respects.
k. Any changes to the coverage requirements indicated above shall be approved by the City of
52
City of Sanford Finance Department Purchasing Division
300 N. Park Avenue Suite 243 2 nd Floor, Sanford Florida 32771
SXRFORD
Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
lUj FINANCE DEPARTMENT
REQUEST FOR PROPOSALS (RFP)
One -Time Purchase
%/;',%%,%
TITLE: REMODELING STATION 38 RESTROOMS AND HALLWAY
I. It is noted that Professional Liability, builder's risk, garage keepers and garage liability is not required
unless applicable conditions exist. If clarification is needed the CONTRACTOR must request
clarification from the City of Sanford Purchasing Office.
11. Vendor, Contractor, bidder shall provide, to the City of Sanford "City," prior to commencing any work,
a Certificate of Insurance which verifies coverage in compliance with the requirements outlined below.
Any work initiated without completion of this requirement shall be unauthorized and the City will
not be responsible.
III. The City reserves the right, as conditions warrant, to modify or increase insurance requirements outlined
below as may be determined by the project, conditions and exposure
➢ Certification Terms and Conditions
IV. It is noted that the City has a contractual relationship with the named vendor, contractor or provider
(collectively referred hereinafter as Contractor) applicable to a purchase order, work order, contract or
other form of commitment by the City of Sanford, whether in writing or not and has no such contractual
relationship with the Contractor's insurance carrier. Therefore, the onus is on the Contractor to insure
that they have the insurance coverage specified by the City to meet all contractual obligations and
expectations of the City. Further, as the Contractor's insurance coverage is a matter between the vendor
and its insurance carrier, the City will turn to the Contractor for relief as a result of any damages or
alleged damages for which the Contractor is responsible to indemnify and hold the City harmless. It is
understood that the Contractor may satisfy relief to the City for such damages either directly or through
its insurance coverage; exclusions by the insurance carrier notwithstanding, the City will expect relief
from the Contractor.
a. The insurance limits indicated above and otherwise referenced are minimum limits
acceptable to the City. Also, all contractor policies shall to be considered primary to
City coverage and shall not contain co-insurance provisions.
b. All policies, except for professional liability policies and workers compensation policies shall
name the City of Sanford as Additional Insured.
c. Professional Liability Coverage, when applicable, will be defined on a case by case basis.
d. In the event that the insurance coverage expires prior to the completion of the project, a
renewal certificate shall be issued 30 days prior to said expiration date.
e. All limits are per occurrence and must include Bodily Injury and Property Damage.
f. All policies must be written on occurrence form, not on claims made Form, except for
Professional Liability.
g. Self -Insured retentions shall be allowed on M liability coverage.
h. In the notification of cancellation: The City of Sanford shall be endorsed onto the policy
as a cancellation notice recipient. Should any of the above described policies of Sanford
in accordance with the policy provisions.
i. All insurers must have an A.M. rating of at least A -VII.
j. It is the responsibility of the Prime CONTRACTOR to ensure that all sub -contractors
retained by the Prime CONTRACTOR shall provide coverage as defined here -in before and
after and are the responsibility of said Prime CONTRACTOR in all respects.
k. Any changes to the coverage requirements indicated above shall be approved by the City of
52
Sanford, Risk Manager.
1. Address of "Certificate Holder" is City of Sanford; P 0 Box 1788 (300 N. Park Avenue);
Sanford, Florida 32771; Attention Purchasing Manager.
m. All certificates of insurance, notices etc. must be provided to the above address.
n. In the description of the certificate of insurance please also add the solicitation number and
project name.
AFMAYr SIGNATURE
c.
Elizabeth Rodriguez
Typed Name of AFFIANT
Bid Analyst
Title
STATE OF FLORIDA
COUNTY OF Orange
I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take
acknowledgments, personally appeared Elizabeth Rodriguez { } who is personally known to
me orywho produced driver license as identification and acknowledged before me that
s/he e cuted the same. Sworn and subscribed before me, by Eliz�beth Rodriguez
by means ofhysical presence or { } online notarization on the -' Ji day of , t_ , 2020, the said person did
td
take an oathwas 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 sea[ in the County and State last aford this day of J✓ 4_1 ,2020,
DANIELA OR62CO -7
MY COMMISSION# GG 1001111
EXPIRES: May 2,20211 (Notary Public State Aforementioned)
.
.I
e.w."'108Dndod Thru Notary Public Underwril r,
SEAL My commission expires: 0-1
The City reserves the unilateral right to modify the insurance requirements set forth at any time during the process of solicitation
or subsequent thereto.
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE
13'Failure to submit this form may be grounds for disqualification of your submittal''
53
City of Sanford I Finance Department I Purchasing Division
300 N. Park Avenue Suite 243 2"1 Floor, Sanford Florida 32771
CITYOF
SAIwTFORD
Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
✓lll FINANCE DEPARTMENT
REQUEST FOR PROPOSALS (RFP)
One -Time Purchase
s
TITLE: REMODELING STATION 38 RESTROOMS AND HALLWAY
Sanford, Risk Manager.
1. Address of "Certificate Holder" is City of Sanford; P 0 Box 1788 (300 N. Park Avenue);
Sanford, Florida 32771; Attention Purchasing Manager.
m. All certificates of insurance, notices etc. must be provided to the above address.
n. In the description of the certificate of insurance please also add the solicitation number and
project name.
AFMAYr SIGNATURE
c.
Elizabeth Rodriguez
Typed Name of AFFIANT
Bid Analyst
Title
STATE OF FLORIDA
COUNTY OF Orange
I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take
acknowledgments, personally appeared Elizabeth Rodriguez { } who is personally known to
me orywho produced driver license as identification and acknowledged before me that
s/he e cuted the same. Sworn and subscribed before me, by Eliz�beth Rodriguez
by means ofhysical presence or { } online notarization on the -' Ji day of , t_ , 2020, the said person did
td
take an oathwas 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 sea[ in the County and State last aford this day of J✓ 4_1 ,2020,
DANIELA OR62CO -7
MY COMMISSION# GG 1001111
EXPIRES: May 2,20211 (Notary Public State Aforementioned)
.
.I
e.w."'108Dndod Thru Notary Public Underwril r,
SEAL My commission expires: 0-1
The City reserves the unilateral right to modify the insurance requirements set forth at any time during the process of solicitation
or subsequent thereto.
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE
13'Failure to submit this form may be grounds for disqualification of your submittal''
53
f'n11==Af_ 4! f`CDTICICATC KIHRARCR RI-VINIUN N1JMt3tl<
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
DATE (MMIDDNYW)
ACCOW>
lk....-'- CERTIFICATE 4F LIABILITY INSURANCE Acct#:2706890
05/28/2020
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($), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If
SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this
certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER
Lockton Affinity, LLC
P. 0. Box 879610
CONTACT
NAME: Lockton Affinity, LLC
PHONE
(AIC.NO Eat): 877-320-9393
FAX
(A/C, No): 913-652-7599
E-MAILADDRESS: EFM@bddonaffinity.com
Kansas City, MO 64187-9610
INSURERS AFFORDING COVERAGE MAIC If
INSURER A: Old Republic insurance Company 24147
INSURED
INSURER B
INSURER C
Hydra Dry, Inc.
INSURER D
3615 N Apopka Vineland Rd
Orlando, FL 32868
INSURER E
INSURER F:
f'n11==Af_ 4! f`CDTICICATC KIHRARCR RI-VINIUN N1JMt3tl<
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
ADDL
INSD
SUER
WVD
POLICY NUMBER
(MMIOO�YY)
(MWDD�)
LIMITS
COMMERCIAL GENERAL LIABILITY
EACH OCCURRENCE
claims, Occur
TED
PR MI F.'=rencel_
MED EXP (Any one person _
PERSONAL & ADV INJURY _
GEN'L AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
POLICY 1PROJECI ILOC
PRODUCTS - COMP/OP AGG
OTHER
A
AUTOMOBILE LIABILITY
L212765-20
5/26l202p
6/26J2021
Ea accident) LIMIT $1,000,000
ANY AUTO
BODILY INJURY (Per person) $
OWNED AUTOS
HIRED AUTOS
ONLY
SCHEDULED
AUTOS
ON -OWNED
AUTOS
BODILY INJURY (Per accident) $
DAMAGE $
r acridentl
$
UMBRELLA LIAR
OCCUR
EACH OCCURRENCE $ _
AGGREGATE $ _
EXCESS LtAS
CLAIMS-
DED I I RETENTION $
$
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y /N
STATUTE ER
ANYPROPMETORIPARTNERIEXECUTIVE
E.L. EACH ACCIDENT $
OFFICER/MEMBER EXCLUDED?
N / A
E.L. DISEASE - EA EMPLOYE $
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
EL. DISEASE - POLICY LIMIT $
DESCRIPTION OF OPERATIONS/ LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) GPBR: 1GL1
Policy provides protection for any and all operations/jobs performed by the named insured where required by written contract. Certificate holder is an Additional Insured where required
y written contract. Waiver of Subrogation included by written contract. Insurance is primary and non-contributory. RFP 19/20.72; Remodeling Station 38 Restrooms and Hallway.
f`CCTICIf%ATC Uf%l 11C0 CANCFI I ATION
U 1=5wZU7b AGUKU t.:UKWUKAtIUN. All ngnis reserves.
ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
City of Sanford
Attn: Purchasing Manager
AUTHORIZED REPRESENTATIVE
P.O. Box 1788 (300 N. Park Avenue)
Sanford, FL 32771
U 1=5wZU7b AGUKU t.:UKWUKAtIUN. All ngnis reserves.
ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD
ACoR" CERTIFICATE OF LIABILITY INSURANCE
DATE5/28/2020 Y)
05128!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(les) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER
Lassiter -Ware Insurance of Maitland
2701 Maitland Center Parkway
Suite 125
Maitland FL 32751
NAME: Sara Douglas
PHONE (800) 845-8437 (888) 883-8680
A/C No Ext :A1C No):
E-MAILADDRESS: SaraD@lassiterware.com
INSURER(S) AFFORDING COVERAGE NAIL #
INSURERA : Tokio Marine Specialty Ins Co 23850_
INSURED
Hydra Dry Inc
P.O. Box 681368
Orlando FL 32868
INSURER B: Bridgefield Casualty 10335
INSURER C:
INSURER D :
INSURER E:
INSURER F:
CAVI=RACES CERTIFICATE NIIMRER: 20-21 Master 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 MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
ADOL5115K
INSO
WVD
POLICY NUMBER
MM/LIDD
POLICY EXP
MMIDD/YYYY
LIMITS
X COMMERCIALGENERALLIABILIY
EACH OCCURRENCE $ 1,000,000
CLAIMS -MADE rX7 OCCUR
-DAMAGE70-11M -U
PREMISES Ea occurrence $ 100,000
MED EXP (Any oneperson) $ 5,000
PERSONAL&ADV INJURY $ 1,000,000
A
Y
PPK2101280
02/25/2020
02/25/2021
GEN'LAGGREGATE UMITAPPLIES PER:
GENERALAGGREGATE $ 2,000,000
PRODUCTS-COMP/OPAGG $ 2,000,000
POLICY � JEC F-1LOC
Employee Benefit s 1,000,000
OTHER:
AUTOMOBILE LIABILITY
GfiEaMI*N BfNGLE LIMIT $
accident
BODILY INJURY (Per person) $�
ANY AUTO
OWNED SCHEDULED
AUTOS ONLY AUTOS
HIRED NON -OWNED
AUTOS ONLY AUTOS ONLY
BODILY INJURY (Per accident) $ �^
PR PERTY DAMAGE $
Per accident
UMBRELLA LIAB
X
OCCUR
U
EACH OCCURRENCE $ ,000,000
_ _
AGGREGATE $ 2,000,000
A
X
EXCESS LIAB
CLAIMS -MADE
Y
PU8712409
02(25/2020
02/25/2821
DED I I RETENTION S
$
B
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY YIN
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH)
N /A
196 45481
02/25!2020
02!2512021
PER OTH-
STATUTE ER
E.L. EACH ACCIDENT $ 1,000,000
E.L.DISEASE - EA EMPLOYEE $ 1,000,000
E.L. DISEASE - POLICY LIMIT $ 1,000,000
If yes, describe under
DESCRIPTION OF OPERATIONS below
A/C
Contractors Pollution/Prof Liability
Bailee's Coverage / UR Equip
PPK2101276/PHPK2101272
02125/2020
02/25/2021
Per lncident/Aggregate $1MM/$2MM
Each Occurrence $250K/$25K
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required)
Re: RFP 19120-72 Remodeling Station 38 Restrooms and Hallway
City of Sanford is included as additional insured, on a primary and non-contributory basis, under the terms and conditions of the attached forms and General
Liability Policy when additional insured status is required by written contract. Excess Liability extends over the underlying General Liability Policy.
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
City of Sanford ACCORDANCE WITH THE POLICY PROVISIONS.
PO Box 1788
AUTHORIZED REPRESENTATIVE
(300 N. Park Avenue)
Sanford FL 32771y
01933-2015 AGUKD GURPUKAI ION. Ali rignts reserves.
ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD
POLICY NUMBER: PPK2101280
COMMERCIAL GENERAL LIABILITY
CG 20 37 04 13
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY~
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
Name Of Additional Insured Person(s)
Or Organization(s)
Location And Description Of Completed Operations
Blanket Additional Insured
As Required by Contract
Any/All Restoration Contractor Services
Various Locations
Required by Contract
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
A. Section UX —VVhm Is An Insured is amended to
include as an additional insured the person(s) or
organization(s) shown in the Schedule, but only
with respect to liability for "bodily injury" or
"property damage" caused, in whole or in part, by
"your work" at the location designated and
described in the Schedule of this endorsement
performed for that additional insured and
included in the "products -completed operations
However:
1. The insurance afforded to such additional
insured only applies tothe exbard pmnnbtad
bylaw; and
2. If coverage providedhothe additional insured
is required by a contract or agreement. the
insurance afforded tosuch additional insured
will not be broader than that which you are
required by the contract or agreement to
provide for such additional insured.
B.VVith respect to the insurance afforded to these
addKcmsd inouneds, the following is added to
Section III — Limits Of Insurance:
If coverage to the additional insured is
required byocontract or agreement,the most we
will pay on behalf ofthe additional insured is the
amount ofinsurance:
1. Required bythe contract oragreement; or
2. Available under the applicable Limits of
Insurance shown inthe Declarations;
whichever isless.
This endorsement shall not increase the applicable
Limits ofInsurance shown inthe Declarations.
CG 20370413 @ Insurance Services Office, Inc., 2012 Page 1 of
POLICY NUMBER: PPK2101280
COMMERCIAL GENERAL LIABILITY
CG 20 10 04 13
THIS ENDORSEMENT CHANGES THE POLICY~ PLEASE READ IT CAREFULLY~
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s)
Or Organization(s)
Location(s) Of Covered Operations
Blanket Additional Insured
As Required by Contract
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
A. Section @ — Who Is An Insured is amended to
include as an additional insured the person(s) or
organization(s) shown in the Schedule, but only
with respect to liability for "bodily injury", "property
damage" or "personal and advertising injury"
caused, in whole or in part, by:
1. Your acts or omissions; or
2. The acts or omissions of those acting on your
behalf;
in the performanceofyour ongoing operations for
the additional insured(s) at the location(s)
designated above.
However:
1. The insurance afforded to such additional
insured only applies to the extent permitted by
|avv and
2. |fcoverage provided hothe additional insured ie
required by o contract or agneement, the
insurance afforded to such additional insured
will not be broader than that which you are
required by the contract or agreement to
provide for such additional insured.
B. VVith respect to the insurance afforded to these
additional inoureds, the following additional
exclusions apply:
This insurance does not apply hz "bodily injury'or
"property damage" occurring after:
1. All work, including mmberials, parts or
equipment furnished in connection with such
work, on the project (other than yenjce,
maintenance orrepairs) tobeperformed byor
on behalf of the additional insured(s) at the
location of the covered operations has been
completed; or
2. That portion of 'your work" out of which the
injury or damage mrin*o has been put to its
intended use by any person or organization
other than another contractor or subcontractor
engaged in performing operations for a
principal ana part ofthe same project.
CG 2010 04 13 @ Insurance Services Office, Inc., 2012 Page Iof2
C. With respect to the insurance afforded to these
additional insureds, the following is added to
Section III — Limits Of Insurance:
If coverage provided to the additional insured is
required by a contract or agreement, the most we
will pay on behalf of the additional insured is the
amount ofinsurance:
1' Required bythe contract oragreement; or
2. Available under the applicable Limits of
Insurance shown inthe Declarations;
whichever ialess.
This endorsement oheU not increase the
applicable Limits of Insurance shown in the
Declarations.
Page 2of2 @ Insurance Services Office, Inc., 2012 CG 2010 0413
PI -RST -003 (07/12)
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED PRIMARY AND NON-CONTRIBUTORY ENDORSEMENT
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name ofPerson mrOrganization (Additional @msured):
Any Person or Organization (Additional Insured) as Required by Written Contract
For any person or organization included asenAdditional Insured by endorsement to this policy, such
coverage under that Additional Insured endorsement will beprimary and noncontributory with any other
insurance maintained by the person of organization (Additional Insured), except for loss resulting from the
sole negligence ofthat person mrorganization. This provision must be:
1, Required in awhtten contract; and
2. Agreed bzbyus.
Coverage is subject to all other terms and conditions in the applicable Additional Insured endorsement.
This condition applies even if other valid and collectible insurance is available to the Additional Insured for
aloss or"ocournence''wecover for this Additional Insured.
The Additional Insured's limits of insurance do not increase our limits of insurance, as described in
SECTION III —LIMITS OF INSURANCE.
All other terms, conditions, limitations, and exclusions of this policy are applicable to this endorsement
and remain unchanged.
Page 1 of 1
City of Sanford I Finance Department I Purchasing Division
300 N. Park Avenue Suite 243 2nd Floor, Sanford Florida 32771
ury F Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
SAr FORD
u FINANCE DEPARTMENT
REQUEST FOR PROPOSALS (RFP)
One -Time Purchase
Attachment I'M"
Addendum Receipt Acknowledgement Certification
The undersigned acknowledges receipt of the following addenda to the solicitation document(s) (Give number and date of each):
Addendum No. I
Addendum No. 2
Addendum No. 1 -Revised
Addendum No. 3
Addendum No.
Dated: 5/27/20
Dated: 5/27/20
Dated: 5/27/20
Dated: 6/12/20
Dated:
By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in
Attachment I'M", Addendum Receipt Acknowledgement Certification, is truthful and correct at the time of submission.
Bidder/Contractor Name:
Hydradry Inc.
Mailing Address: P.O. Box 681368 Orlando, FL 32868
Telephone Number: 407-290-0567
Autho& d Signatory
Bid Analyst
Title
Fax Number: 407-293-8641
Elizabeth Rodriguez
Printed Name
611 � �, 2
date /
E-mail Address: eli@hydradry.com
FEIN: 59-3435591
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE
�W'Failure to submit this form may be grounds for disqualification of your submittal -10
54
DATE: Wednesday, May 27, 2020
TO: All Bidders/Proposers
FROM: Lindsey Bqjadzijev
City of Sanford Purchasing Division
SUBJECT: RFP 19/20-72 Remodeling Station 38 Restrooms and Hallway I ADDENDUM #1
This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or
answers to questions concerning the above referenced solicitation. All information provided in this addendum
is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been
maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to
any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document.
I. DUE DATE
This Addendum Does Not change the solicitation due date. As such, the solicitation response is due no
later than Thursday, June 18, 27020 at 2:00 PM Local Time.
11. CHANGES, ADDITIONS AND/QR CLARIFICATIONS
The bid opening for Remodeling Station 38 Restrooms and Hallway will be held on Ring Central see
below for details.
Join from PC, Mae, Linux, iOS or Android: https://meetings.ringcentral.com/j/1485124903
Or iPhone one -tap :
US: +1(773)2319226,,1485124903# (US North)
+1(470)8692200,,1485124903# (US East)
Or Telephone:
Dial (for higher quality, dial a number based on your current location):
US: +1(773)2319226 (US North)
+1(470)8692200 (US East)
Meeting ID: 148 512 4903
International numbers available: https://meetings.ringcentral.com/teleconference
City of Sanford I Finance Department I Purchasing Division
CITY OF
300 N. Park Avenue Suite 236, Sanford, Florida 32771
ADDENDUM
SAIqFORD D
Phone: 407-688-5028 or 5030 1 Fax: 407-688-50211 Email: p2rchIs = W'SanLo�rdfl-g(E
V,
FINANCE DUARTMOV
RFP 19/20-72
Remodeling Station 38 Restrooms and Hallway
DATE: Wednesday, May 27, 2020
TO: All Bidders/Proposers
FROM: Lindsey Bqjadzijev
City of Sanford Purchasing Division
SUBJECT: RFP 19/20-72 Remodeling Station 38 Restrooms and Hallway I ADDENDUM #1
This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or
answers to questions concerning the above referenced solicitation. All information provided in this addendum
is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been
maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to
any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document.
I. DUE DATE
This Addendum Does Not change the solicitation due date. As such, the solicitation response is due no
later than Thursday, June 18, 27020 at 2:00 PM Local Time.
11. CHANGES, ADDITIONS AND/QR CLARIFICATIONS
The bid opening for Remodeling Station 38 Restrooms and Hallway will be held on Ring Central see
below for details.
Join from PC, Mae, Linux, iOS or Android: https://meetings.ringcentral.com/j/1485124903
Or iPhone one -tap :
US: +1(773)2319226,,1485124903# (US North)
+1(470)8692200,,1485124903# (US East)
Or Telephone:
Dial (for higher quality, dial a number based on your current location):
US: +1(773)2319226 (US North)
+1(470)8692200 (US East)
Meeting ID: 148 512 4903
International numbers available: https://meetings.ringcentral.com/teleconference
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 #1 to Remodeling Station 38 Restrooms and Hallway
Hydradry Inc. Eli@hydradry.com
Name of Firm/Company Contact Email
3615 N. Apopka Vineland Road
Street Address
(407) 690-0567
Telephone Number
Elizabeth Rodriguez
Authorized Person Printed Name
Autht/ed Person Signature
Orlando, FL 32818
City, State, Zip Code
(407) 293-8641
Fax Number
Bid Analyst
Authorized Person Title
6/9/2020
Date of Signature
PUR-F-212 2 nUY. 1114VIV
City of Sanford I Finance Department I Purchasing Division
S CITY OF
ANF ORD
FINANCEDEPARTIAENT
300 N. Park Avenue Suite 236, Sanford, Florida 32771
Fax: 407 688-5021 arch _�qg_dsa,n ford fl.--o—y
Phone: 407-688-5028 or 5030 1 1 Email: gha5 I
ADDENDUM
1FB 19/20-72
Remodeling Station 38 Restrooms and Hallway
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 #1 to Remodeling Station 38 Restrooms and Hallway
Hydradry Inc. Eli@hydradry.com
Name of Firm/Company Contact Email
3615 N. Apopka Vineland Road
Street Address
(407) 690-0567
Telephone Number
Elizabeth Rodriguez
Authorized Person Printed Name
Autht/ed Person Signature
Orlando, FL 32818
City, State, Zip Code
(407) 293-8641
Fax Number
Bid Analyst
Authorized Person Title
6/9/2020
Date of Signature
PUR-F-212 2 nUY. 1114VIV
DATE: Wednesday. May 27, 2020
TO: All Bidders/Proposers
FROM: Lindsey Bojadzijev
City of Sanford Purchasing Division
SUBJECT: Remodeling Station 38 Restrooms and Hallway I ADDENDUM #1
This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or
answers to questions concerning the above referenced solicitation. All information provided in this addendum
is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been
maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to
any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document.
I. DUE DATE
This Addendum Does Not change the solicitation due date. As such, the solicitation response is due no
later than Thursday, June 18, 2020 at 2:00 PM Local Time.
11. CHANGES, ADDITIONS AND/OR CLARIFICATIONS
The bid opening for Remodeling Station 38 Restrooms and Hallway will be held on Ring Central see
below for details.
Join from PC, Mac, Linux, iOS or Android: https:Hmeetings.ringcentral.com/j/1485124903
Or Whone one -tap :
US: +1(773)2319226,,1485124903# (US North)
+1(470)8692200,,1485124903# (US East)
Or Telephone:
Dial(for higher quality, dial a number based on your current location):
US: +1(773)2319226 (US North)
+1(470)8692200 (US East)
Meeting ID: 148 512 4903
International numbers available: https:Hmeetings.ringcentral.com/teleconference
PUR-F-212 1 MUV. I II/VIU
City of Sanford I Finance Department I Purchasing Division
300 N. Park Avenue Suite 236, Sanford, Florida 32771
ADDENDUM
,f)
,Lanford,,N,
Phone: 407-688-5028 or 5030 1 Fax: 407-6138-50211 Email: ptirchisingA�!fl,�
IGScar101
NFORD
NNANCE CEPARTMENT
IFB 19/20-72
Remodeling Station 38 Restrooms and Hallway
DATE: Wednesday. May 27, 2020
TO: All Bidders/Proposers
FROM: Lindsey Bojadzijev
City of Sanford Purchasing Division
SUBJECT: Remodeling Station 38 Restrooms and Hallway I ADDENDUM #1
This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or
answers to questions concerning the above referenced solicitation. All information provided in this addendum
is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been
maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to
any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document.
I. DUE DATE
This Addendum Does Not change the solicitation due date. As such, the solicitation response is due no
later than Thursday, June 18, 2020 at 2:00 PM Local Time.
11. CHANGES, ADDITIONS AND/OR CLARIFICATIONS
The bid opening for Remodeling Station 38 Restrooms and Hallway will be held on Ring Central see
below for details.
Join from PC, Mac, Linux, iOS or Android: https:Hmeetings.ringcentral.com/j/1485124903
Or Whone one -tap :
US: +1(773)2319226,,1485124903# (US North)
+1(470)8692200,,1485124903# (US East)
Or Telephone:
Dial(for higher quality, dial a number based on your current location):
US: +1(773)2319226 (US North)
+1(470)8692200 (US East)
Meeting ID: 148 512 4903
International numbers available: https:Hmeetings.ringcentral.com/teleconference
PUR-F-212 1 MUV. I II/VIU
Respondents must acknowledge receipt of this Addendum by signing this form below ancl 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 #1 to RFP 19/20-72 Remodeling Station 38 Restrooms and
Hallway.
Hydradry Inc. Eli@hydradry.com
Name of Firm/Company Contact Email
3615 N. Apopka Vineland Road Orlando, FL 32818
Street Address City, State, Zip Code
(407) 690-0567 (407) 293-8641
Telephone Number Fax Number
Elizabeth Rodriguez
Authorized Person Printed Name
,&-uthoized Person Signature
Bid Analyst
Authorized Person Title
6/9/2020
Date of Signature
City of Sanford I Finance Department I Purchasing Division
C"Y",
300 N. Park Avenue Suite 236, Sanford, Florida 32771
ADDENDUM
SORD
Phone: 407-688-5028 or 5030 1 Fax: 407-688-50211 Email:
REP 19/20-72
FINANCE DEPARTWINt
Remodeling Station 38 Restrooms and Hallway
Respondents must acknowledge receipt of this Addendum by signing this form below ancl 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 #1 to RFP 19/20-72 Remodeling Station 38 Restrooms and
Hallway.
Hydradry Inc. Eli@hydradry.com
Name of Firm/Company Contact Email
3615 N. Apopka Vineland Road Orlando, FL 32818
Street Address City, State, Zip Code
(407) 690-0567 (407) 293-8641
Telephone Number Fax Number
Elizabeth Rodriguez
Authorized Person Printed Name
,&-uthoized Person Signature
Bid Analyst
Authorized Person Title
6/9/2020
Date of Signature
DATE: May 27, 2020
TO: All Bidders/Proposers
FROM: Marisol Ordonez, Purchasing Manager
City of Sanford Purchasing Division
SUBJECT: RFP 19/20-72 Remodeling Station 38 Restrooms and Hallwayl 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 does not change the solicitation due date. As such, the solicitation response is due no
later than Thursday, June 18, 2020 at 2:00 PM Local Time.
H. QUESTIONS AND ANSWERS (Q&A)
The City has received the following question(s) concerning the solicitation:
Q1. Are there any plans for Station 38?
Al. Plans attached.
H1. CHANGES, ADDITIONS AND/OR CLARIFICATIONS
Plans for Station 38 Attached. Correction for Addendum No. I the solicitation is an RFP not IFB
correction bid No. RFP 19/20-72. Correction Addendum No. 1 had a due date of Thursday, May 28,
2020 correction the due date does not change due date is Thursday, June 18, 2020 at 2:OOPM Local
Time. Clarification: Correction: Section 2,13 Attachment "W' Inspection Form.
IV. SIGN -IN SHEET
N/A
V. ATTACHMENTS
Plans for Station 38, Attached revised Addendum No. 1.
City of Sanford I Finance Department I Purchasing Division
300 N. Park Avenue Suite 236, Sanford, Florida 32771
Phone: 407-688-5028 or 5030 1 Fax: 407-688-50211 Email: hasingksanfordfl ov
ADDENDUM
GS oRD
WAKE MARTMENT
REMODELING STATION 38 RESTROOMS AND HALLWAY
#2
DATE: May 27, 2020
TO: All Bidders/Proposers
FROM: Marisol Ordonez, Purchasing Manager
City of Sanford Purchasing Division
SUBJECT: RFP 19/20-72 Remodeling Station 38 Restrooms and Hallwayl 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 does not change the solicitation due date. As such, the solicitation response is due no
later than Thursday, June 18, 2020 at 2:00 PM Local Time.
H. QUESTIONS AND ANSWERS (Q&A)
The City has received the following question(s) concerning the solicitation:
Q1. Are there any plans for Station 38?
Al. Plans attached.
H1. CHANGES, ADDITIONS AND/OR CLARIFICATIONS
Plans for Station 38 Attached. Correction for Addendum No. I the solicitation is an RFP not IFB
correction bid No. RFP 19/20-72. Correction Addendum No. 1 had a due date of Thursday, May 28,
2020 correction the due date does not change due date is Thursday, June 18, 2020 at 2:OOPM Local
Time. Clarification: Correction: Section 2,13 Attachment "W' Inspection Form.
IV. SIGN -IN SHEET
N/A
V. ATTACHMENTS
Plans for Station 38, Attached revised Addendum No. 1.
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 #J1 'to RFP 19/20-72 Remodeling Station 38 Restrooms and
Hallway.
Hydradry Inc.
Name of Firm/Company
3615 N. Apopka Vineland Road
Street Address
(407) 690-0567
Telephone Number
Elizabeth Rodriguez
Authorized Person Printed Name
Auth ed Person Signature
Eli@hydradry.com
Contact Email
Orlando, FL 32818
City, State, Zip Code
(407) 293-8641
Fax Number
Bid Analyst
Authorized Person Title
6/9/2020
Date of Signature
City of Sanford I Finance Department I Purchasing Division
arr of
300 N. Park Avenue Suite 236, Sanford, Florida 32771
ADDENDUM
Sk�o
iu :a:sanfordfi: gov
Phone: 407-688-5028 or 5030 Fax: 407-688-5021 Email: urchaaF
//�
#2
IFNANU LIECARTMENT
REMODELING STATION 38 RESTROOMS AND HALLWAY
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 #J1 'to RFP 19/20-72 Remodeling Station 38 Restrooms and
Hallway.
Hydradry Inc.
Name of Firm/Company
3615 N. Apopka Vineland Road
Street Address
(407) 690-0567
Telephone Number
Elizabeth Rodriguez
Authorized Person Printed Name
Auth ed Person Signature
Eli@hydradry.com
Contact Email
Orlando, FL 32818
City, State, Zip Code
(407) 293-8641
Fax Number
Bid Analyst
Authorized Person Title
6/9/2020
Date of Signature
DATE: June 12 2020
TO: All Bidders/Proposers
FROM: Lindsey BojadziJev
City of Sanford Purchasing Division
SUBJECT: RFP 19/20-72 Remodeling Station 38 Restrooms and Hallway 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 solicitation due date. As such, the solicitation response is due no
later than Thursday, June 18, 2620 at 2:00 PM Local Time.
11. QUESTIONS AND ANSWERS (O&A)
The City has received the following question(s) concerning the solicitation:
Ql. Financial Information on page 18- Can the City of Sanford provides with a form to be filled by the
financial institution.
Al. No, a bank letter should suffice
Q2. Just to confirm Ms. Marisol Ordonez is the purchasing agent assigned to this project?
A2. Yes, Marisol Ordonez is the Purchasing Manager
Q3. Do you want to replace the safety bars with new ones or reuse old ones? Do you want to install a
new one in the women's restroom shower area? If yes, what are the measurements?
A3. The safety bars will not be replaced in the men's restroom and are not required in the women's
restroom.
Q4. What about smoke detectors? Do you want Hydra dry to install them?
A4. Smoke detectors are not included in this project
Q5. Description of services reads that work is to be performed in three independent segments (phases)
and that each phase is to be completed prior to moving on to the next. This process will generate
additional cost and time to the project due to staging, restaging and inspections for each phase of the
work. Is there a reason for this phasing?
A5. The project is broken down into three separate phases because the employees will still be working
PUR-F-212 I Rev. 11/2016
City of Sanford I Finance Department I Purchasing Division
ary or
300 N. Park Avenue Suite 236, Sanford, Florida 32771
ADDENDUM
Phone: 407-688-5028 or 5030 1 Fax: 407-688-50211 Email:
ANF01,;M
EpRREMODELING
STATION 38 RESTROOMS AND
HALLWAY
#3
DATE: June 12 2020
TO: All Bidders/Proposers
FROM: Lindsey BojadziJev
City of Sanford Purchasing Division
SUBJECT: RFP 19/20-72 Remodeling Station 38 Restrooms and Hallway 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 solicitation due date. As such, the solicitation response is due no
later than Thursday, June 18, 2620 at 2:00 PM Local Time.
11. QUESTIONS AND ANSWERS (O&A)
The City has received the following question(s) concerning the solicitation:
Ql. Financial Information on page 18- Can the City of Sanford provides with a form to be filled by the
financial institution.
Al. No, a bank letter should suffice
Q2. Just to confirm Ms. Marisol Ordonez is the purchasing agent assigned to this project?
A2. Yes, Marisol Ordonez is the Purchasing Manager
Q3. Do you want to replace the safety bars with new ones or reuse old ones? Do you want to install a
new one in the women's restroom shower area? If yes, what are the measurements?
A3. The safety bars will not be replaced in the men's restroom and are not required in the women's
restroom.
Q4. What about smoke detectors? Do you want Hydra dry to install them?
A4. Smoke detectors are not included in this project
Q5. Description of services reads that work is to be performed in three independent segments (phases)
and that each phase is to be completed prior to moving on to the next. This process will generate
additional cost and time to the project due to staging, restaging and inspections for each phase of the
work. Is there a reason for this phasing?
A5. The project is broken down into three separate phases because the employees will still be working
PUR-F-212 I Rev. 11/2016
and living 24 hrs. A day in this space. They will require at least one restroom accessible at alt times.
Q6. Scope of Services 2.02, line item "in": indicates that finish walls are to be removed to the roof.
Sheet A4-1 of the supplied Schemmer Associates Plan Set dated Dec. 01, 1989 indicate that the walls
terminate at the ceiling. Are the walls to be removed to the ceiling, if so, is the ceiling to be remove as
well.
A6. The walls are to be removed to the ceiling and including the ceiling.
Q7. Scope of Services 2.03, line item "e": indicates wall tile to be large format, please define large
format, layout, and color of wall tile.
A7. in reference to the wall tiles in 2.03 (e), the large tile format would be standard (4"x4"), 6"x6" or
larger. The layout of the tile is flexible with approval by the City. The color of wall tile requested would
be gray or neutral color options with approval by the City.
Q8. In the demo portions of this project, light fixtures are being removed yet nowhere in the scope are
fixtures being put back. Assuming new fixtures are going back, what type of fixtures/lighting is to be
used.
Q8. New Light fixtures are to be provided and installed to replace all fixtures removed. Light fixtures
should be LED and appropriate to the area.
Q9.Currently there is approximately 20 feet of plastic laminate covered lockers in the hallway, if lockers
are to be reused, where are they to be stored during the renovation and are they (lockers) to be
configured as they are currently?
A9. The lockers will be stored in the bay or another room in the station as necessary during the hallway
construction process. The configuration of the hallway area is flexible with approval by the City.
Q10. Scope of services do not mention the restroom's doors; Do you want them to be paint? And the
Women & Men door signs to be replace or reuse?
A10. The restroom doors are to be cleaned and repainted. The women and men door signs are to be
replaced.
Q11. Are you going to require any ADA updates in existing showers or toilet stalls? Also, are the urinals
at ADA height?
A11. The project will not require ADA updates to the existing bathroom spaces.
111. CHANGES, ADDITIONS AND/OR CLARIFICATIONS
Clarification — You may submit your RFP on Vendor Link, you will still need to submit all originals to
the address below before the due date and time.
City of Sanford
Attn: Purchasing Dept.
300 N Park Ave
Sanford, FL 32771
PUR-F-212 2 Kev. t I/M10
City of Sanford I Finance Department I Purchasing Division
or
300 N. Park Avenue Suite 236, Sanford, Florida 32771
ADDENDUM
Phone: 407-688-5028 or 5030 1 Fax: 407-688-50211 Email: pqrc1rasLn_grwsqn ford ov
GScsry
oRD
FINANCE DEPARTMENT
REMODELING STATION 38 RESTROOMS AND
HALLWAY
#3
and living 24 hrs. A day in this space. They will require at least one restroom accessible at alt times.
Q6. Scope of Services 2.02, line item "in": indicates that finish walls are to be removed to the roof.
Sheet A4-1 of the supplied Schemmer Associates Plan Set dated Dec. 01, 1989 indicate that the walls
terminate at the ceiling. Are the walls to be removed to the ceiling, if so, is the ceiling to be remove as
well.
A6. The walls are to be removed to the ceiling and including the ceiling.
Q7. Scope of Services 2.03, line item "e": indicates wall tile to be large format, please define large
format, layout, and color of wall tile.
A7. in reference to the wall tiles in 2.03 (e), the large tile format would be standard (4"x4"), 6"x6" or
larger. The layout of the tile is flexible with approval by the City. The color of wall tile requested would
be gray or neutral color options with approval by the City.
Q8. In the demo portions of this project, light fixtures are being removed yet nowhere in the scope are
fixtures being put back. Assuming new fixtures are going back, what type of fixtures/lighting is to be
used.
Q8. New Light fixtures are to be provided and installed to replace all fixtures removed. Light fixtures
should be LED and appropriate to the area.
Q9.Currently there is approximately 20 feet of plastic laminate covered lockers in the hallway, if lockers
are to be reused, where are they to be stored during the renovation and are they (lockers) to be
configured as they are currently?
A9. The lockers will be stored in the bay or another room in the station as necessary during the hallway
construction process. The configuration of the hallway area is flexible with approval by the City.
Q10. Scope of services do not mention the restroom's doors; Do you want them to be paint? And the
Women & Men door signs to be replace or reuse?
A10. The restroom doors are to be cleaned and repainted. The women and men door signs are to be
replaced.
Q11. Are you going to require any ADA updates in existing showers or toilet stalls? Also, are the urinals
at ADA height?
A11. The project will not require ADA updates to the existing bathroom spaces.
111. CHANGES, ADDITIONS AND/OR CLARIFICATIONS
Clarification — You may submit your RFP on Vendor Link, you will still need to submit all originals to
the address below before the due date and time.
City of Sanford
Attn: Purchasing Dept.
300 N Park Ave
Sanford, FL 32771
PUR-F-212 2 Kev. t I/M10
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 RFP 19/20-72 Remodeling Station 38 Restrooms and
Hallway.
Hydradry Inc. Eli@hydradry.com
Name of Firm/Company Contact Email
3615 N. Apopka Vineland Road Orlando, FL 32818
Street Address City, State, Zip Code
(407) 690-0567 (407) 293-8641
Telephone Number Fax Number
Elizabeth Rodriguez Bid Analyst
Authorized Person Printed Name Authorized Person Title
A Oerson Signature
ut, ized P
6/15/2020
Date of Signature
PUR-F-212 3 Rev. 11/2U16
City of Sanford I Finance Department I Purchasing Division
11-01
Ski4FORD
300 N. Park Avenue Suite 236, Sanford, Florida 32771
Phone: 407-688-5028 or 5030 1 Fax: 407-688-50211 Email: pjgchasLng:,W'%-a,n ford fl.g2iv
ADDENDUM
FINANCC DEPARTMENT
REMODELING STATION 38 RESTROOMS AND
#3
1 HALLWAY
I I
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 RFP 19/20-72 Remodeling Station 38 Restrooms and
Hallway.
Hydradry Inc. Eli@hydradry.com
Name of Firm/Company Contact Email
3615 N. Apopka Vineland Road Orlando, FL 32818
Street Address City, State, Zip Code
(407) 690-0567 (407) 293-8641
Telephone Number Fax Number
Elizabeth Rodriguez Bid Analyst
Authorized Person Printed Name Authorized Person Title
A Oerson Signature
ut, ized P
6/15/2020
Date of Signature
PUR-F-212 3 Rev. 11/2U16
c ", 0,
S�MQRD
FINANCE DEPARTMENT
City of Sanford Finance Department Purchasing Division
301 N. Park Avenue Suite 113 2 nd Floor, Sanford Florida 32771
Phone: 407-688-5028, or 5030 Fax: 407-688-5021
REQUEST FOR PROPOSALS (RFP)
One -Time Purchase
allo
TITLE: REMODELING STATION 38 RESTROOMS AND HALLWAY
Attachment "N"
References
Bidder shall submit as a part of their bid response, a minimum of five (5) of the most significant projects similar in size and scope which
were performed within the last three (3) years. The contact person shall be someone who has personal knowledge of the Bidder's
performance for the specific requirements listed and is aware the City may be contacting them.
Project #1:
Project Name: Restoration and Rebuild - 241 Rock Springs Dr Kissimmee, FL 34759
Type of Project/Service: Construction
Address: 951 Martin Luther King Boulevard, Kissimmee, FL 34741
Contracting Agency/Client: Toho Water Authority for Osceola County
Contact Name and Phone #: Felicia Holmes (407) 944-5180 or Helevy De Los Santos (407) 944-5070
Contact Email Address and Fax #: hdelossantos(a,)tohowater.com or procuret-nent@,ftohowater.com
Contract Amount: 100,000 + Start Date: 1 1/2020 End Date: 1/2020
Project #2:
Project Name: Several Properties Rebuild
Type of Project/Service:Construction
Address: 9150 Curry Ford Rd Orlando, FL 32825
Contracting Agency/Client: Orange County Utilities - Government
Contact Name and Phone #: Justin Case (407) 836-2777/(321) 239-3347
Contact Email Address and Fax #: Jcase9lPicloud.corn
Contract Amount; $100,000+ Start Date: 2/2019 End Date: 10/2019
Project #3:
Project Name:City of Orlando, Beardall Senior Center, Rebuild due to Water Mitigation
Type of Project/Service: Construction
Address: 800 Delaney Ave Orlando, FL 32801
Contracting Agency/Client: City of Orlando Facilities
Contact Name and Phone #: Jim Peters, (321) 231-1756
Contact Email Address and Fax #: James.Peters@orlando.gov
Contract Amount: $75,000 1 Start Date: 12/20/19 End Date: 3/2019
Project #4:
Project Name: New Dimensions High School Rebuild after Water Mitigation/Mold Remediation
Type of Project/Service: Construction
Address: 4900 Old Pleasant Hill Rd Kissimmee, FL 34759
Contracting Agency/Client: School District of Osceola County
Contact Name and Phone #: Jackie Grimm (407) 870-9949
Contact Email Address and Fax #: dr-j-grimm@gmaii.com
Contract Amount: $70,407.98 Start Date: 2/2018 End Date: 3/2018
Project #5:
Project Narne:City of Orlando, Eola House Rebuild after Water Mitigation
Type of Project/Service: Construction
Address: 512 W. Washington St, Orlando, FL 32801
Contracting Agency/Client: City of Orlando, Facilities
Contact Name and Phone #: Jim Peters, (321) 231-1756
Contact Email Address and Fax #: James.Peters(aa--)or1ando.go
Contract Amount: $63,004.70 1 Start Date: 1/2018 End Date: 2/2018
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE
la"Failure to submit this form may be grounds for disqualification of your submittal -w
55
City of Sanford I Finance Department I Purchasing Division
300 N. Park Avenue Suite 243 2"' Floor, Sanford Florida 32771
Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
,
S�"y �O' ORD
FINANCE 0EPARTMENT
REQUEST FOR PROPOSALS (RFP)
One -Time Purchase
Attachment "0"
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
proposalibid 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, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in
Attachment 110", Organizational Information, is truthful and correct at the time of submission.
Bidder/Contractor Name:
Hydradry Inc.
Mailing Address: P.O. Box 681368 Orlando, FL 32868
Telephone Number: 407-290-0567 Fax Number: 407-293-8641 —E-mail Address: eli(a_),hydradry.corn
tElizabeth Rodriguez FEIN: 59-3435591
l&
Autzed Signatory 0 Printed Name
Bid Analyst (011-11-902-0
Title I bate
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE
®'Failure to submit this form may be grounds for disqualification of your submittal-®
56
TYPE OF ORGANIZATION
(Please place a check mark (v) next to applicable type)
X
Corporation
Partnership
Non -Profit
Joint Venture
Sole Proprietorship
Other (Please specify)
State of Incorporation
Florida
Principal Place of Business
(Enter dress)
3615 N. Apopka Vineland Rd Orlando, FL 32818
Federal I.D. or Social Security
Number
59-3435591
I
By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in
Attachment 110", Organizational Information, is truthful and correct at the time of submission.
Bidder/Contractor Name:
Hydradry Inc.
Mailing Address: P.O. Box 681368 Orlando, FL 32868
Telephone Number: 407-290-0567 Fax Number: 407-293-8641 —E-mail Address: eli(a_),hydradry.corn
tElizabeth Rodriguez FEIN: 59-3435591
l&
Autzed Signatory 0 Printed Name
Bid Analyst (011-11-902-0
Title I bate
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE
®'Failure to submit this form may be grounds for disqualification of your submittal-®
56
VlSXRFORD
10 FINANCE DEPARTMENT
City of Sanford I Finance Department I Purchasing Division
300 N. Park Avenue Suite 243 2"d Floor, Sanford Florida 32771
Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
REQUEST FOR PROPOSALS (RFP)
One -Time Purchase
I
TITLE: REMODELING STATION 38 RESTROOMS AND HALLWAY
Attachment "P"
Contractor Certification Regarding Scrutinized Companies
(Contracts of $1,000,000.00 or more)
Section 287.135, Florida Statutes, prohibits local governments from contracting with companies, for goods or services of One Million
and 00/100 Dollars ($1,000,000.00) or more that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized
Companies with Activities in the Iran Petroleum Energy Sector List. Both lists are created pursuant to section 215.473, Florida Statutes.
As the person authorized to sign on behalf of the Bidder, I hereby certify that the company identified below in the section entitled
"Bidder/Contractor Name" is not listed on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies
with Activities in the Iran Petroleum Energy Sector List. I understand that pursuant to section 287.135, Florida Statutes, the submission
of a false certification may subject the successful Bidder to termination of the awarded Agreement, civil penalties, attorney's fees, and/or
costs.
By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in
Attachment 11P", Contractor Certification Regarding Scrutinized Companies, is truthful and correct at the time of submission.
Bidder/Contractor Name: Hydradry Inc.
Mailing Address: P.O. Box 681368 Orlando, FL 32868
Telephone Number: 407-290-0567 Fax Number: 407-293-8641
Autli4rized Signatory
Bid Analyst
Title
Elizabeth Rodriguez
Printed Name
Date
E-mail Address: eli@hydradry.com _
FEIN: 59-3435591
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE (when applicable)
`'Failure to submit this form may be grounds for disqualification of your submittal''
w
City of Sanford I Finance Department I Purchasing Division
300 N. Park Avenue Suite 243 2" Floor, Sanford Florida 32771
Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
JSXi�FQRD
qi,
AL&J ' FINANCE DEPARPAW
4"D REQUEST FOR PROPOSALS (RFP)
One -Time Purchase
11�;11�pyl�� F;� !�� �
11 ill 11h I Eyff_w"
Attachment "Q"
Proposed Schedule of Subcontractor Participation
'XNo Subcontracting (of any kind) will be utilized on this project.
Solicitation Number: RFP 19/20-72
Title: Remodeling Station 38 Restrooms and Hallway
Total Project Amount: $
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
Woman
H
Hispanic
SDVBE
Service Disabled Veteran
PERCENTAGE
TOTALS FOR SUBCONTRACTOR PARTICIPATION
PERCENTAGE TOTALS FOR MINORITY SUBCONTRACTOR PARTICIPATION
Minority Code
Code Description
Minority Code
Code Description
AA
African American
NA
Native American
A
Asian/Pacific Islander
W
Woman
H
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 "Q11, Proposed Schedule of Subcontractor Participation, is
truthful and correct at the time of submission.
Bidder/Contractor Name:
Hydradry Inc.
Mailing Address: P.O. Box 681368 Orlando, FL 32868
Telet)honeNumb .407-290-0567 Fax Number: 407-293-8641 —E-mail Address: eli@hydradry.com
Elizabeth Rodriguez
AuthdVized Signatory rI1 Printed Name
Bid Analyst
Title
bate
FEIN: 59-3435591
PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE
®'Failure to submit this form may be grounds for disqualification of your submittal's'
58
STATEMENT OF INSPECTION ATTACHMENT "It”
RFP 19/20-72 REMODELING STATION 38 RESTROOMS AND HALLWAY
Bidder's signature on this page indicates that the bidder has inspected the facility specified in the Request for Proposal
Station 38 1303 Central Park Drive Sanford, FL 32771 and has fully reviewed and understands all work requirements at
said location(s):
Elizabeth Rodriguez
Printed Name of Authorized Person
Signa ure of Authorized PcWson
�1�/Oz 0
Date
Hydradry Inc.
Name of Firm
3615 N. Apopka Vineland Rd.
Street Address
Orlando, FL 3281
City, State, Zip Code
REMINDER: THIS FORM IS TO BE INCLUDED WITH YOUR SUBMITTAL. FAILURE TO
SUBMIT ALONG WITH YOUR SUBMITTAL MAY BE CAUSE FOR DISQUALIFICATION.
59
City of Sanford I Finance Department I Purchasing Division
300 N. Park Avenue Suite 243 2"' Floor, Sanford Florida 32771
(Sk�FORD
Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
V 'Al FINANCE DEPARTMENT
REQUEST FOR PROPOSALS (RFP)���„�%ilf�//;�
One-Time Purchase
NO
TITLE: REMODELING STATION 38 RESTROOMS AND HALLWAY
STATEMENT OF INSPECTION ATTACHMENT "It”
RFP 19/20-72 REMODELING STATION 38 RESTROOMS AND HALLWAY
Bidder's signature on this page indicates that the bidder has inspected the facility specified in the Request for Proposal
Station 38 1303 Central Park Drive Sanford, FL 32771 and has fully reviewed and understands all work requirements at
said location(s):
Elizabeth Rodriguez
Printed Name of Authorized Person
Signa ure of Authorized PcWson
�1�/Oz 0
Date
Hydradry Inc.
Name of Firm
3615 N. Apopka Vineland Rd.
Street Address
Orlando, FL 3281
City, State, Zip Code
REMINDER: THIS FORM IS TO BE INCLUDED WITH YOUR SUBMITTAL. FAILURE TO
SUBMIT ALONG WITH YOUR SUBMITTAL MAY BE CAUSE FOR DISQUALIFICATION.
59
fax Collector ticott Kanoolp
LOCcIll tsusliness tax meceopt V1 41 gut: %OVUI ILys Ir"Bul Nufm
chis local Business Tax Receipt is in addition to and not In lieu of any other tax required by law or municipal ordinance. Businesses are subject to regulation of zoning, health and other
lawful authorities. This receipt is valid from October I through September 30 of receipt year. Delinquent penalty Is added October 1.
2019
EXPIRES 9/30/2020 5000-0523059
5000 BUSINESS OFFICE $30.00
4 EMPLOYEES 3020 MOLD REMEDIATOR $30.00
3020 MOLD ASSESSOR $30.00
TOTAL TAX $90.00
PREVIOUSLY PAID $90.00
Owl
0
DAVIDEIT MARK R -PRESIDENT
TOTAL DUE $0.00
HYDRADRY INC
R
DAVIDEIT MARK
BOX 681368
3615 N APOPKA VINELAND RD (MOBILE)PO
CVUN' ORLANDO FL 32868
U - ORLANDO, 32818
MRSR406/MRSA1374
PAID: $90.00 2502-05233064 7110/2019
This receipt is official when validated by the Tax Collector.
Orange County Code requires this local Business Tax Receipt to be displayed conspicuously at the place of
business in public view. It Is subject to inspection by all duly authorized officers of the County.
Octa)(COLCOM R70 N
octaxCol
2020 FLORIDA PROFIT CORPORATION ANNUAL REPORT
DOCUMENT# P97000029347
Entity Name: HYDRADRY, INC.
Current Principal Place of Business:
3615 N. APOPKA VINELAND RD.
ORLANDO, FL 32818
Current Mailing Address:
PO BOX 681368
ORLANDO, FL 32868 US
FEI Number: 59-3435591
Name and Address of Current Registered Agent:
DAVIDEIT, MARK R
3615 N. APOPKA VINELAND RD.
ORLANDO, FL 32818 US
FILED
Jan 10, 2020
Secretary of State
0706915362CC
Certificate of Status Desired: No
The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida.
SIGNATURE: MARK R DAVIDEIT 01/10/2020
Electronic Signature of Registered Agent Date
Officer/Director Detail
Title VP
Name DAVIDEIT, MELISSA A
Address 3615 N. APOPKA VINELAND RD.
City -State -Zip: ORLANDO FL 32818
I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under
oath; that I am an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607, Florida Statutes; and that my name appears
above, or on an attachment with all other like empowered.
SIGNATURE: MELISSA A. DAVIDEIT
Electronic Signature of Signing Officer/Director Detail
saw=
01/10/2020
Date
2019 FLORIDA PROFIT CORPORATION ANNUAL REPORT
DOCUMENT# P97000029347
Entity Name: HYDRADRY, INC.
Current Principal Place of Business:
3615 N. APOPKA VINELAND RD.
ORLANDO, FL 32818
Current Mailing Address:
PO BOX 681368
ORLANDO, FL 32868 US
FEl Number: 59-3435591
Name and Address of Current Registered Agent:
DAVIDEIT, MARK R
3615 N. APOPKA VINELAND RD.
ORLANDO, FL 32818 US
FILED
Feb 07, 2019
Secretary of State
5811904979CC
Certificate of Status Desired: No
The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida.
SIGNATURE: MARK R DAVIDEIT 02/07/2019
Electronic Signature of Registered Agent Date
Officer/Di rector Detail
Title P
Name DAVIDEIT, MARK R
Address 3615 N. APOPKA VINELAND RD.
City -State -Zip: ORLANDO FL 32818
I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal eflbd as dmade under
oath; that I am an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607, Florida Statutes; and that my name appears
above, or on an attachment with all other like empowered.
SIGNATURE: MARK R DAVIDEIT PRESIDENT 02/07/2019
Electronic Signature of Signing Officer/Director Detail Date
2018 FLORIDA PROFIT CORPORATION ANNUAL REPORT
DOCUMENT# P97000029347
Entity Name: HYDRADRY, INC.
Current Principal Place of Business:
3615 N. APOPKA VINELAND RD.
ORLANDO, FL 32818
Current Mailing Address:
PO BOX 681368
ORLANDO, FL 32868 US
FEI Number: 59-3435591
Name and Address of Current Registered Agent:
DAVIDEIT, MARK R
3615 N. APOPKA VINELAND RD.
ORLANDO, FL 32818 US
FILED
Jan 10, 2018
Secretary of State
CC1448713122
Certificate of Status Desired: Yes
The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida.
SIGNATURE: MARK R DAVIDEIT 01/10/2018
Electronic Signature of Registered Agent Date
Officer/Di rector Detail
Title P
Name DAVIDEIT, MARK R
Address 3615 N. APOPKA VINELAND RD.
City -State -Zip: ORLANDO FL 32818
I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under
oath; that i am an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607, Florida Statutes; and that my name appears
above, or on an attachment with all other like empowered.
SIGNATURE: MARK R DAVIDEIT PRESIDENT 01/10/2018
Electronic Signature of Signing Officer/Director Detail Date
2017 FLORIDA PROFIT CORPORATION ANNUAL REPORT
DOCUMENT# P97000029347
Entity Name: HYDRADRY, INC.
Current Principal Place of Business:
3615 N. APOPKA VINELAND RD.
ORLANDO, FL 32818
Current Mailing Address:
PO BOX 681368
ORLANDO, FL 32868 US
FEI Number: 59-3435591
Name and Address of Current Registered Agent:
DAVIDEIT, MARK R
3615 N. APOPKA VINELAND RD.
ORLANDO, FL 32818 US
FILED
Mar 03, 2017
Secretary of State
CC5233389879
Certificate of Status Desired: Yes
The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida.
SIGNATURE: MARK R DAVIDEIT 03/03/2017
Electronic Signature of Registered Agent Date
Officer/Director Detail
Title P
Name DAVIDEIT, MARK R
Address 3615 N. APOPKA VINELAND RD.
City -State -Zip: ORLANDO FL 32818
I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic Signature Shall have the same legal effect as if made under
oath; that I am an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607, Florida Statutes; and that my name appears
above, or on an attachment with all other like empowered.
SIGNATURE: MARK R DAVIDEIT PRESIDENT 03/03/2017
Electronic Signature of Signing Officer/Director Detail Date
2016 FLORIDA PROFIT CORPORATION REINSTATEMENT
DOCUMENT# P97000029347
Entity Name: HYDRADRY, INC.
Current Principal Place of Business:
3615 N. APOPKA VINELAND RD.
ORLANDO, FL 32818
Current Mailing Address*
PO BOX 681368
ORLANDO, FL 32868 US
FEI Number: 69-3435591
Name and Address of Current Registered Agent:
DAVIDEIT, MARK R
3615 N. APOPKA VINELAND RD.
ORLANDO, FL 32818 US
FILED
Nov 01, 2016
Secretary of State
CR2919089557
Certificate of Status Desired: Yes
The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida.
SIGNATURE: MARK R DAVIDEIT 11/01/2016
Electronic Signature of Registered Agent Date
Officer/Director Detail
Title P
Name DAVIDEIT, MARK R
Address 3616 N. APOPKA VINELAND RD.
City -State -Zip: ORLANDO FL 32818
I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic Signature shall have the same legal effect as ffmade under
oath, that I am an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607, Florida Statutes; and that my name appears
above, or on an attachment with all other like empowered.
SIGNATURE: MARK R DAVIDEIT
PRESIDENT
11/01/2016
Electronic Signature of Signing Officer/Director Detail Date
2015 FLORIDA PROFIT CORPORATION ANNUAL REPORT
DOCUMENT# P97000029347
Entity Name: HYDRADRY, INC.
Current Principal Place of Business:
3615 N. APOPKA VINELAND RD.
ORLANDO, FL 32818
Current Mailing Address:
PO BOX 681368
ORLANDO, FL 32868 US
FEI Number: 59-3435591
Name and Address of Current Registered Agent:
DAVIDEIT, MARK R
3615 N. APOPKA VINELAND RD.
ORLANDO, FL 32818 US
FILED
Jan 13, 2015
Secretary of State
CC9044184351
Certificate of Status Desired: No
The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida.
SIGNATURE: MARK R. DAVIDEIT
Electronic Signature of Registered Agent Date
Officer/Director Detail
Title P
Name DAVIDEIT, MARK R
Address 3615 N. APOPKA VINELAND RD.
City -State -Zip: ORLANDO FL 32818
I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shag have the same legal effect as if made under
oath; that I am an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607, Florida Statutes; and that my name appears
above, or on an attachment with all other like empowered.
SIGNATURE: MARK R. DAVIDEIT P 01/13/2015
Electronic Signature of Signing Officer/Director Detail Date
Ron DeSantis, Governor
Halsey Beshears, Secretary
d
a bpr
STATE Or FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
bpr
iB
e;
DB-PR ONLINE SERVICES
Search (or a Licensee
App y for e i acellSe
aeae ci Appiicetion Staathm
Find Exam Cnka,mmaaUon Licensee Details
l'He e CofnpWnt Licensee Information
e" S&I lir inq uenR,
Jnv6ce^ 7 Activit, i3me: LYONS, STEVEN 105Ep14 (Primary Name)
Ust Search AC GUYS OF ORLANDO LLC (DBA Name)
Main Address: 10628 NADIA AVE
ORLANDO Florida 32825
County: ORANGE
License mailing:
LicenseLocation:
License Information
License Type: Certified Air Conditioning Contractor
Rank: Cert Air
License Number: CAC1819470
Status: Current,Active
Licensure Date: 06/05/2018
Expires: 08/31/2020
Special Qualifications Qualification Effective
Class B 06/05/2018
Construction Business 06/05/2018
RICK SCOTT, GOVERNOR
STATE
�����������)��K��DEPARTMENT OF BUSINE$SAND'PR,QFESSIONAL REGULATION
JONATHAN ZxCnEM,SECRETARY
BE
EXPI2020
Always verify licenses online adMyHoridaUoensezom
Donot alter this document inany form.
mu %4-x This is your license. It is unlawful for anyone other than the licensee to use this document.
State of Florida
Department of State
I certify from the records of this office that H-YDRADRY, INC. is a corporation
organized under the laws of the State of Florida, filed on March 31, 1997,
effective March 27, 1997.
The document number of this corporation is P97000029347. _.
I further certify that said corporation has paid all fees due this office through
December 31, 2018, that its most recent annual report/uniform business report
was filed on January 10, 2018, and that its status is active.
I further certify that said corporation has not filed Articles of Dissolution.
Given under my hand and the
Great Seal of the State of Florida
at Tallahassee, the Capital, this
the Tenth day of January, 2018
yak 0476-��
ju
Secretary of State:
Tracking Number: CC1448713122
To authenticate this certificatevisit the following site,enter this number, and then
follow the instructions displayed.
https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication
Institute of Inspection Cleaning
and, Restoration Certification
2020
be it known that:
is registered with the IICRC and has pledged to maintain an awareness of and
knowledge about the IICRC's published standards relevant to the Certified Firm's
operations; will seek and promote educational training for technicians to enhance
proficiency; provide service that results in elevated levels of customer satisfaction; be
prompt; conduct business with honesty, integrity and fairness; build consumer
confidence in the industry; and, promote good relations with affiliate industries.
Kevin Pearson
Chairman of the Board
89012
Company #
12/31/2020
Valid Through
NAT -105653-2
Certification #
April 13, 2016
Issued On
Hydi a Diy, Inc.
has fulfilled the requirements of the Toxic Stibstances Control Act (TSCA) section 402, and has
received certification to conduct lead-hascW feint runu�ation, repair, and painting activities pursuant
to 40 CFR Part 745,89
All EPA Administered States, Tribes, and Territories
This certification is valid from (lie date of issuance and expires April 27, 2021
Michelle Price, Chief
Lead, Heavy Metals, and Inorganics Branch
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. M 91 -1 3 1 4 1 3 1 5 1 5 1 9 1 1
Certification
Under penalties of perjury, I certify that:
1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and
2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue
Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am
no longer subject to backup withholding; and
3. 1 am a U.S. citizen or other U.S. person (defined below); and
A. 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 o t, contributions to an individual retirement arrangement (IRA), and generally, payments
other than interest and dividends, yquMnot required to sign �',ertificatiol)4$ut youjhust provide your correct TIN. See the instructions for Part I, later.
SignSignature of
U.S. person 0- D
Here I ate 11* 04/27/2020
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)
o Form 1099 -DIV (dividends, including those from stocks or mutual
funds)
o Form 1099-MISC (various types of income, prizes, awards, or gross
proceeds)
o 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)
Request for Taxpayer
Give Form to the
FormwIM9
Identification Number and Certification
requester. Do not
, Rev. October 2018)
Department of the Treasury
send to the IRS.
Internal
Revenue Service
10- 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.
Hydra Dry, Inc
2 Business name/disregarded entity name, if different from above
co4
3 Check appropriate box for federal tax classification of the Person whose name is entered on line 1. Check only one of the
Exemptions (codes apply only to
0)
0)
following seven boxes.
certain entities, not individuals; see
C
El Individual/sole proprietor or 21 C Corporation R S Corporation ❑ Partnership ❑ Trust/estate
instructions on page 3):
0
U)
single -member LLC
Exempt payee code (if any)
4; r_
-2
E] Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) a
o 2
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
m
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 any)
Uanother
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.
❑(Applies
Other (see instructions) b,
to accounts �inta;ned outsido the US)
try
5 Address (number, street, and apt. or suite no.) See instructions.
Requester's name and address (optiona
3615 N Apopka Vineland Rd PO BOX 681368
U)
6 City, state, and ZIP code
Orlando, FL 32818 Orlando, FL 32868
7 Ust account number(s) here (optional)
15M
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
_M ^ [��-�
backup withholding. For individuals, this is generally your social security number (SSN). However, fora
disregarded entity, see the instructions for Part 1, later. For other
resident alien, sole proprietor, or
antitipQ it iq vnsir PrnnInvPr idAntifinstion ntimher IFINI. If you do not have a number. see Now to get
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. M 91 -1 3 1 4 1 3 1 5 1 5 1 9 1 1
Certification
Under penalties of perjury, I certify that:
1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and
2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue
Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am
no longer subject to backup withholding; and
3. 1 am a U.S. citizen or other U.S. person (defined below); and
A. 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 o t, contributions to an individual retirement arrangement (IRA), and generally, payments
other than interest and dividends, yquMnot required to sign �',ertificatiol)4$ut youjhust provide your correct TIN. See the instructions for Part I, later.
SignSignature of
U.S. person 0- D
Here I ate 11* 04/27/2020
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)
o Form 1099 -DIV (dividends, including those from stocks or mutual
funds)
o Form 1099-MISC (various types of income, prizes, awards, or gross
proceeds)
o 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)
CLEANING & WATER DAMAGE SPECIALISTS
TAB E. FEE SCHEDULE
I�NIINk��Xnl�rf��ri�J�II�Jl1�l�°E�G1�tNl��r�l��Y��l�ln�llgl��l"�2'lii,9�7�,%r!�I�7��ri 8��'�1����i�l�fadG7�JG�JNP�tll1('r�Nr�ii��r��I11�11VN� �1Y'>rlk�l(7r��rillr7�N!`�fiy�,�1fP'I(r1I!���1ClVrl(�!�%Nnd!1,��'"fICG`N�ClPJ1J11%,r�rJl!'�Ir(N��+11U1�J1i1�1��y("��11ii1�G�66(�'�fJl��"+l�Yll�/��GJ1,11J1�1��Y
�o
S,k�TFQRD
City of Sanford I Finance Department I Purchasing Division
300 N. Park Avenue Suite 243 2°'' Floor, Sanford Florida 32771
Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021
Total Price
WIANCE 0EPARTMEN7
REQUEST FOR PROPOSALS (RFP)
One -Time Purchase
4.
TITLE: REMODELING STATION 38 RESTROOMS AND HALLWAY
ATTACHMENT A
Bid Price Schedule and Acceptance of Bid Terms and Conditions
Item
Total Price
1.
Lump Sum Price $55,000.00
4.
TOTAL RFP PRICE $ 55,000.00
Lump Sum Price in Words Fifty rive thousand dollars
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 RFP document and do hereby agree that if a contract is offered or negotiated it will abide by the terms and conditions
presented in the RFP document or as negotiated pursuant thereto. The undersigned, having familiarized him/herself with the terms of
the RFP documents, local conditions, and the cost of the work at the place(s) where the work is to be done, hereby proposes and agrees
to perform within the time stipulated, all work required in accordance with the scope of services and other documents including Addenda,
if any, on file at the City of Sanford Purchasing Division for the price set forth herein in Attachment "All 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 RFP document or as otherwise agreed to between the parties in writing.
Bidder/Contractor Name: Hydradry Inc.
Mailing Address:
e N
P. O. Box 681368 Orlando, FL 32868
Signatory
Title- Bid Analyst
STATE OF FLORIDA
COUNTY OF Orange
567 Fax Number: 407-293-8641 E-mail Address: Eli@Hydradry.com
Elizabeth Rodriguez FEIN: 59-3435591
PriD,ted Name
61�1_ 2
bate"
I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take
acknowledgments, personally appeared Elizabeth Rodriguez {I who is personally known to
me orj�ho produced driver license as identification and acknowledged before me that
cu
s/he ex cuted the same. Sworn and subscribed before me, by Elizabeth Rodriguez
by means ofhysical presence or { } online notarization on the �j ,.,e� day of J , , , 2020, the said person did
take an oatht(d 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.
IN
33
log"'ol
,
PCI
LEM=
70
M
WIWIsp
li
0
Imm
Owl
m
- OMW f"I",
Is
PIIJ
0
3
(t) (1) —6"<
=r
ollllm
ct)
a E
> `
<
CD
MIY
3 =
M 0
o
0
0
0(a
CL
0
ch
0
=r
3
CD
•
3
0
x
"0
0
CD
CL
(D
(D
0
0
<
o CE)
0
(D
Wccrb'
CD
CD
CD
-0
C: CE)
OL
C16)
0
CD
0 cn (n
c ,
_0
W
0
cr
CD
0 o
in
<
0
C-)
M
-0
cmt)
0 cn
(D CL
0 W CD
0
CD
m CD
MMMMwM
C:
a)
U)
W
0-
rn
(0
CD
cn V)
w
0
'S
cr
W CL
co
C')
(D (D
sv :3
0
w
OL
o_ CD
u :3
cr
C>0
0
cr) w 0
OL 3 <
a
w (D
(a
r7 (D
(n
CD
W
cr
4
M •
CD
m
ZZ7
<
2
W CD
0
0
me
0
CDD
< C)
CD
C
CD
MM
CD D
C
(n
=r U)
(n
CD
CMM
D
=r
CJ)
(D 0
0
CD
MM
CL U)
(D sas
C:0
=
<
cp q =
o Z
h
ata
n CD
0-(o
CL CD
0 0 0
CD
o<
(D
oCD
E
(D
CL (n
iz:
0
3 "3
Cli a+
0
o
0
0
CD
'0
CD (D
o
<
C)
0
CD
w
0
:-�� CD LU
Q, -U
CD
CD 0
CD cx
=rC -n
CCD
3
Co CD
cx Cx
6 0— FU
Is
PIIJ
0
3
(t) (1) —6"<
=r
ollllm
ct)
a E
> `
<
CD
MIY
3 =
M 0
Om
0
Z3
o
0
ch
0
=r
•
0
0
CD
(D
cl)
CM.L
CD
•
C: CE)
OL
C16)
cn
0 cn (n
C*)
(D
W
:3
OL
0
C-)
cr
�<
r\:)
cmt)
0 cn
0
MrC-
CL -
MMMMwM
W
0-
ol
cn
cn V)
w
co
C')
w
OL
(0 CD
MMM
W
W
MF-
COMM(4)
M •
CD
m
ZZ7
<
2
W CD
(<D
Or,•
me
0
MM
(n
=r U)
CMM
D
=r
CJ)
<
(n
CD
MM
CL U)
C)
<
0
0
C) o•
Mr
CL CD
(D
ollllm
rl
* 0 0
N
MNN
X=$ 0 w
CD
Y
Cy CD
CD
•
CD 0
CD
CD CD
w 0
c.r•
CD CD0 0
0 CD M CD
CD •< •
ch
13)
'o 0 CD W CD
(D
W
o Rt 0
0
0 0
C: 10 M D- 0
" 0 �< c
-0 o ,
0
o
CD
CD 0
MMM
IM (D
0 ::l
0) CD 0 CD
U) 0 CD
0 0 •
< b r -
CD
ww
0
CD0) 0 0
., (0
0� SD
CD CL CD
0) D
p)
#� ( ;:I
0
(D CD
cr C)
0
C: CD Cr 0
.e X CD
CD c
0
-'0 0-
3 w 0
0 -
Cl) 3 m
F
(D
cCD C
CL
0 M CD m
, W ,
CD (D
CD
X _0 0
'0w W c 0
CD
CT) C..D%
CD
0 CD
CL (a
MIF 0 CD (0 (0
0 0 m >
wrx
0 CD m
CDC
D L
( (D
&
(0 0 0-
D CL (D
0
l<
3,0
- 3
0 =3
D CD (D
ww C 0
0
CD
w3
0
CD CD
(D
0 x
CD Cl) 0•
51 0 0
-0
oo� 0
0
CD <
0 CD 0
=r CD
0
<
CD
n 0 oll
CD < CD
CD
0 0- CD 0
CD CD
o a
0
0 0 0
CD CD
0 .0 <
(D
M.
CD
0 CD 0
0
CD 0
-6 0 0
0 U) D
c 0-
;= * 0
ID
a CD C":
FL
i
i
K*
All
wt w
•
VM
MM
IIM
K*
All
11i �1�
CD
CDgo
0
to
G)�/
c
>
CD
0
CD
0
CD
it Y
.a )
v�T�
j� 3
fc+•/
0
\ii✓
(Q
a�
0
e_
rn
0
♦D
CL
0_
90
3
3
V)
w
0
CD
0
FIW�WAIN
�
0
O
�q
u
i tlN
CD
90
Y vl
cn
m
ro
3
�_
3
�0
CD
ROD
Ci'2
m
0
0
0
MOR
TNIT
6L
0
Z
1�0
CD
Ci0
CD
co
CD
�
l<
CD
D
0-
-
i
Ci =r"
m
w
0
e �y
N
w
c
6 CD
3
0
�"
0
CD �»
"
0
0-0
0
cerac
r
:3 CD.
W
l
m
0 A) C
x'
W
M CD
42
CDa
4
6
l<
a
t
CD
Notes:
VY I
q, AVE A6111M. ( J/
CLEANING & WATERDAIWAGE SPECIALISTS
P.O. BOX 681368 ORLANDO, FL 32868 PH: 877-379-3696 FAX: 888-426-7397
DAMAGE SPECIALISTS
TAS F. ADDITIONAL INFORMATION
65 7 7rkUYIG NN11{X1�11WIiC!Y!I! �i"4r�UUd�kVI� I) ICNONS1�