Loading...
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�