Loading...
2368 IFB 20/21-39 Riverwalk Phase II & III - Southern Sunshine GpFINANCE DEPARTMENT Wednesday, September 22, 2021 71. Z4 f 077 1 ITRF 1: N"AM To: City Clerk RE: 11713 20/21-39 Riverwalk Phase 11 & III Ground Maint Services/Southern Sunshine Group The item(s) noted below is/are attached and forwarded to your office for the following action(s): ❑ Development Order ❑ Mayor's signature ❑ Final Plat (original mylars) ❑ Recording ❑ Letter of Credit ❑ Rendering ❑ Maintenance Bond 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 R Special Instructions: From Date TADeptJorriisTity Clerk Transmittal Memo - 2009.doc AGREEMENT BETWEEN CITY OF SANFORD AND SOUTHERN SUNSHINE GROUP INC.1IFB 20/21-39; RIVERWALK PHASE 11 AND PHASE III/GROUND MAINTENANCE SERVICES THIS GREEMENT (hereinafter the "Agreement") is made and entered into this .lay of4- 2021, by and between the City of Sanford, Florida, a Florida ft municipality, (WrVin-Aer referred to as the "City"), whose mailing address is 300 North Park Avenue, Sanford, Florida 32771, and Southern Sunshine Group Inc., a Florida corporation, whose local and mailing address is 1100 Radford Drive, Deltona, Florida 32738, (hereinafter referred to as "Southern Sunshine Group"). The City and Southern Sunshine Group may be collectively referenced herein as the "parties". WiTNESSETH.- IN CONSIDERATION of the mutual covenants, promises, and representations contained herein and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the parties hereto agree as follows: Section 1. Recitals. The above statements are true and form a material part of this Agreement upon which the parties have relied. Section 2. Authority. Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement and to undertake all obligations imposed on it. The persons executing this Agreement for each party certify that they are authorized to bind the party fully to the terms of this Agreement. Section 3. Scope of Agreement; Direction of the Provision of Goods and services. (a). This Agreement is for the provision of ground maintenance goods and services at the City's Riverwalk Phase 11 and Phase III as set forth in the provisions of the City's solicitation by means of an invitation for bid (11713) (City Solicitation Number: IFB 20/21-39) and the documents relating thereto, which are the only attachments hereto and Southern Sunshine Group agrees to accomplish the provision of goods and services specified in the said attachments for the compensation set forth in those documents relating the provision the goods and services as set forth in the attachments and as may be agreed upon by the parties as set forth in purchase orders issued by the City. (b). It is recognized that Southern Sunshine Group shall provide goods and services as directed by the City. (c). The City's contact/project manager for all purposes under this Agreement shall be the following: I I P a g e Marisol Ordohez Purchasing Manager Finance -Purchasing Division City of Sanford Post Office Box 1788 Sanford, Florida 32772-1788 Phone: 407-688- 5028 Email: Marisol.ordonez@sanfordfl.gov Section 4. Effective Date and Term of Agreement. This Agreement shall take effect on the date that this Agreement is fully executed by the parties hereto. Further, this Agreement shall be in effect for a term of 1 year with the opportunity for additional 1 -year renewal periods when in the best interest of the City in its sole discretion. However, the total length of this Agreement, including all renewals, shall not exceed 5 years. The decision to renew or extend this Agreement shall be at the discretion of the City. Southern Sunshine Group shall review the quality and status of the goods and services pertaining to the provision of Riverwalk Phase 11 and Phase III ground maintenance services on an annual basis at which time(s) the City may terminate this Agreement is its sole and absolute discretion. In any event, this Agreement shall remain in effect until the goods and services to be provided by Southern Sunshine Group to the City under each purchase order have been fully provided in accordance with the requirements of the City; provided, however, that, the indemnification provisions and insurance provisions of the standard contractual terms and conditions referenced herein shall not terminate and the protections afforded to the City shall continue in effect subsequent to such goods and services being provided by Southern Sunshine Group. No goods, services or actions have been provided prior to the execution of this Agreement that would entitle Southern Sunshine Group for any compensation therefor. Section 5. Compensation. The parties agree to compensation as set forth in the attachments hereto, with the initial purchase of goods and services being in the amounts set forth in the attachments hereto and, subsequently, as may be agreed upon by the parties as set forth in issued purchase orders. Section 6. Standard Contractual Terms and Conditions. All "Standard Contractual Terms and Conditions", as provided on the City's website, apply to this Agreement. Such Terms and Conditions may be found at the City's website; which can be reached at: (https://www.sanfordfl.gov/departments/finance/purchasing/contract- terms-and-conditions or www. Sanford FL.gov). The parties shall also be bound by the purchasing policies and procedures of the City as well as the controlling provisions of Florida law. purchase orders shall be used, in accordance therewith, in the implementation of this Agreement to the extent deemed necessary by the City in its sole and absolute discretion. 21 11a a c 1. Section 7. Southern Sunshine Group's Mandatory Compliance with Chapter 119, Florida Statutes, and Public Records Requests. (a). In order to comply with Section 119.0701, Florida Statutes, public records laws, Southern Sunshine Group must: (1). Keep and maintain public records that ordinarily and necessarily would be required by the City in order to provide goods and services. (2). Provide the public with access to public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. (3). Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (4). Meet all requirements for retaining public records and transfer, at no cost, to the City all public records in possession of Southern Sunshine Group upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the City. (b). If Southern Sunshine Group does not comply with a public records request, the City shall enforce the contract provisions in accordance with this Agreement. (c). Failure by Southern Sunshine Group to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the City. Southern Sunshine Group shall promptly provide the City with a copy of any request to inspect or copy public records in possession of Southern Sunshine Group and shall promptly provide the City with a copy of Southern Sunshine Group's response to each such request. (d). IF THE CONTRACTORIVENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S (VENDOR'S) DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (407) 688-5012, TRACI HOUCHIN, MMC, FCRM, CITY CLERK, CITY OF SANFORD, CITY HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 32771, TRACI. HOUCHI N@SANFORDFL.GOV. 311'11 2 0 Section 8. Time is of the Essence. Time is hereby declared of the essence as to the lawful performance of all duties and obligations set forth in this Agreement. Section 9. Entire Agreement/Modification. This Agreement, together with all "Standard Contractual Terms and Conditions", as provided on the City's website and the attachments hereto (the documents relative to the procurement activity of the City leading to the award of this Agreement) constitute the entire integrated agreement between the City and Southern Sunshine Group and supersedes and controls over any and all prior agreements, understandings, representations, correspondence and statements whether written or oral in connection therewith and all the terms and provisions contained herein constitute the full and complete agreement between the parties hereto to the date hereof. This Agreement may only be amended, supplemented or modified by a formal written amendment of equal dignity herewith. In the event that Southern Sunshine Group issues a purchase order, memorandum, letter, or any other instrument addressing the goods and sevices and materials to be provided and performed pursuant to this Agreement, it is hereby specifically agreed and understood that any such purchase order, memorandum, letter, or other instrument shall have no effect on this Agreement unless agreed to by the City, specifically and in writing in a document of equal dignity herewith, and any and all terms, provisions, and conditions contained therein, whether printed or written or referenced on a Web site or otherwise, shall in no way modify the covenants, terms, and provisions of this Agreement and shall have no force or effect thereon. Section 10. Severability. If any term, provision or condition contained in this Agreement shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, or the application of such term, provision or condition to persons or circumstances other than those in respect of which it is invalid or unenforceable, shall not be affected thereby, and each term, provision and condition of this Agreement shall be valid and enforceable to the fullest extent permitted by law when consistent with equity and the public interest. Section 11. Waiver. The failure of the City to insist in any instance upon the strict performance of any provision of this Agreement, or to exercise any right or privilege granted to the City hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. Section 12. Captions. The section headings and captions of this Agreement are for convenience and reference only and in no way define, limit, describe the scope or intent of this Agreement or any part thereof, or in any way affect this Agreement or construe any provision of this Agreement. Section 13. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, but all of which, taken together, shall constitute one and the same document. 4 1 P i -} e Section 14. Binding Effect. This Agreement shall be binding upon and inure to the benefit of the successors in interest, transferees and assigns of the parties. Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement and to undertake all obligations imposed on it. The signatories hereof represent that they have the requisite and legal authority to execute this Agreement and bind the respective parties herein. Section 15. Remedies. The rights and remedies of the parties, provided for under this Agreement, are in addition to any other rights and remedies provided by law or otherwise necessary in the public interest. Section 16. Governing law, Venue and Interpretation. This Agreement is to be governed by the laws of the State of Florida. Venue for any legal proceeding related to this Agreement shall be in the Eighteenth Judicial Circuit Court in and for Seminole County, Florida. This Agreement is the result of bona fide arms length negotiations between the City and Southern Sunshine Group, and all parties have contributed substantially and materially to the preparation of the Agreement. Accordingly, this Agreement shall not be construed or interpreted more strictly against any one party. than against any other party and all provisions shall be applied to fulfill the public interest. IN WITNESS WHEREOF, the City and Southern Sunshine Group have executed this instrument for the purpose herein expressed and Southern Sunshine Group represents and affirms that the signatories below have full and lawful authority to bind Southern Sunshine Group in every respect. ATTEST. CITY OF SANFORD "PT Woo Traci Houchin, MMCArt VA, FCR 0;r - Woo ff City Clerk 711� bate: v -Ap oi Approved as to form and legal sufficiency. Vpisf4ffill. Me -q, -City PLttorb6j Avdija-:7 A)11 AC4 ADDITIONAL SIGNATURE BLOCKS FOLLOW: ATTESTMITNESSES: e. " Witness # 1 Signature Vs i -t '7 Witneso� Printed Na - --17 Witness #igrfature' Witness # 2,Printed Name: qo, 7 ql& SOUTHERN SUNSHINE GROUP INC., a Florida corporation. ent and sole CITY OF SANFORD, FLORIDA - PURCHASING DIVISION SOLICITATION OPENING CERTIFICATION AND MINUTES (Section 255,0518, Florida Statutes) A. Solicitation Title Riverwalk Ph III Ground Maintenance Services Number IFB 20/21-39 Opening Date July 6, 2021 Time2:OOPM Solicitation Documents Including Announcement of This Opening Are Available for Viewing or Downloading at www.mvvendorlink.com Location of Opening: Commission Chambers On this date the opening of the solicitation response identified above is hereby verified and the public announcements recorded below regarding the solicitations received were duly made. It is noted that no other business was conducted, there were no discussions and no input was received from anyone in attending. There was no attendance record made. Fv—(IIFB- Announced the name of each bidder and the amount of their bid. F] RFP- Announced the name of each respondent. F—IRFQ- Announced the name of each respondent, F] If any submission was not opened and/or announced: check this item and indicate on tabulation below specific information as to why the submission was not opened or announced. All submissions were opened and read. The tab i ilation bel reflects the information read. 1-0 2. Name of City EyAl�e*<ra5nuncecl the bids: P Ow / vdd� Certification (1) By: Certification (2) By: July 6, 2021 Marisol Ord onez, Purchasing Manager date printed name and title Signature date printed name and title 3. The public notice indicated by § 286.0105 and 286.011 Florida Statutes is not required because no rule, resolution, or formal action has taken place or considered at this opening. Therefore, a verbatim record of the solicitation specifically identified above is not required if a person, In accordance with City of Sanford Policy Number 15., elects to file a protest or appeal an action associated with the identified solicitation. 4. Florida Statute 119.071: Sealed bids, proposals, or replies received by an agency pursuant to a competitive solicitation are exempt from s. 11 9.07(l) and a. 24(a), Art. I of the State Constitution until such time as the agency provides notice of an intended decision or until 30 days after opening the bids, proposals, or final replies, whichever is earlier. Note -04, of Sanford Procurement Procedure 6-500 mandates that as applicable to an IFB: the name of each bidder and the specific amount of the bid will he shared at the opening; for an RFP or RrQ the name of each person or firm will be shared at the opening. (Florida Statures may be found at: http.lAvww.leip.state.fluslstaturesl) der/Proposer Bid Base . Alternate Bid 00 VOC 02:2� 65 Initial here if tabulation is attached in lieu of using the above tabulation or if additional pages are attached. It is noted that this is page one of _ pages.' I Page 1 Of 1 City Of Sanford Doc VI tJ NV31N3d1SOO 4 ai ONLLS3113MONV N01103dSNi Nouvorm8odlsoomn o OMNMnI MTVd0NV33N1NOd19oo LNn o s NOI1VZ'UM UVOSONY1 Hod lsoo LNn O NOI1VZ,RH3i dNN. NOd1S031IN p How Nod ISO=LNn 0 SNOOVN3do N yup Sim bod M33MN3d 1Soo uope8yy S1NV1d 3dVOSONVl MILLN3d a "M 3alHN3d lONL7Oo 033M im z IONIN03INVUId z H31nn owned MNdaw 33N1 3dVosawl MnIl z 'MN1N0o O33MdnONnob z Mole 3003 1VN33 MOM HSVN1 30V3No � o s'� a � ro v � z 6 U d U � gxg a �QQQwaaa�s��, �y�� yam $m2lS�nx N N 0: l�=acW Attachment "A" Addendum Receipt Acknowledgement Certification The undersigned acknowledges receipt of the following addenda to the solicitation document(s) (Give number and date of each): Addendum No. Addendum No. Addendum No. Addendum No. Addendum No. Dated: bo 24_� _z/ Dated: Dated: Dated: Dated: By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "A", Addendum Receipt Acknowledgement Certification, is truthful and correct at the time of submission. Bidder/Contractor Name: Mailing Address: -C"6 Dc' Title tfior y . fi ax Number: /0/A. -- E-mail Address:!3ur4kl,<4i 6L., -the.: _5dx�'-Ck I . ua&e' Printme VU9-09,,�-' ate FEIN: f C 41 � PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE 10"Failure to submit this form may be grounds for disqualification of your submittal`l' .c -o City of Sanford I Finance Department I Purchasing Division�"� 300 N. Park Avenue 2°' Floor Suite 236 Sanford, Florida 32771 3 MY 0, Phone: 407.688.5028 or 5030 Fax: 407.688.5021 "M•4 �" M � a s, � � .+ is x 9 a1� .;i. ��" �..,tiNCr IMF'ABMENI INVITATION TO BID (IFB)�D TERM CONTRACT TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES Attachment "A" Addendum Receipt Acknowledgement Certification The undersigned acknowledges receipt of the following addenda to the solicitation document(s) (Give number and date of each): Addendum No. Addendum No. Addendum No. Addendum No. Addendum No. Dated: bo 24_� _z/ Dated: Dated: Dated: Dated: By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "A", Addendum Receipt Acknowledgement Certification, is truthful and correct at the time of submission. Bidder/Contractor Name: Mailing Address: -C"6 Dc' Title tfior y . fi ax Number: /0/A. -- E-mail Address:!3ur4kl,<4i 6L., -the.: _5dx�'-Ck I . ua&e' Printme VU9-09,,�-' ate FEIN: f C 41 � PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE 10"Failure to submit this form may be grounds for disqualification of your submittal`l' .c -o DATE: June 10, 2021 TO: All Bidders/Proposers FROM: Marisol Ordonez, Purchasing Manager City of Sanford Purchasing Division SUBJECT: IFB 20/21-39 Riverwalk Ph III Ground Maintenance Services 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 Tuesday, July 6, 2021 at 2:OOPM Local Time. 11. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: 111. CHANGES, ADDITIONS AND/OR CLARIFICATIONS Removing pages from the solicitation pages 84-97 and then from 104-109 these documents are not require for Landscaping Services. Forms being remove are the following; Pages from 84-97 Section 00624, Section 00625, Section 00626, Section 00627, Section 00640, Section 00641, Section 00644, Section 00645, Pages from 104-109 Section 00840, Section 00845, Section 00850, City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM SANFORD Phone- 407-688-5028 or 5030 1 Fax: 407-688-50211 Email: RIVERWALK PH III GROUND MAINTENANCE #1 SERVICES DATE: June 10, 2021 TO: All Bidders/Proposers FROM: Marisol Ordonez, Purchasing Manager City of Sanford Purchasing Division SUBJECT: IFB 20/21-39 Riverwalk Ph III Ground Maintenance Services 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 Tuesday, July 6, 2021 at 2:OOPM Local Time. 11. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: 111. CHANGES, ADDITIONS AND/OR CLARIFICATIONS Removing pages from the solicitation pages 84-97 and then from 104-109 these documents are not require for Landscaping Services. Forms being remove are the following; Pages from 84-97 Section 00624, Section 00625, Section 00626, Section 00627, Section 00640, Section 00641, Section 00644, Section 00645, Pages from 104-109 Section 00840, Section 00845, Section 00850, 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 Riverwalk Ph III Ground Maintenance Services. -50(Athe a)SCLJ-a-V QL- Name of Firm/Company Contact Email 11 oD ID I t6ock Street Address City, State, Zip Code %'-'! - 5"-)1 - 8S-ojj2 Telephone Number Fax Number Ga4("ty-) 'i of -� a, en,') Authorized Person Printed Name Authorized Person Title -7/3)ai <2K;�1��f—s6ii �Si u ­re Date ot Sid nature City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM SAN'FQRD Phone: 407-688-5028 or 5030 1 Fax: 407-688-50211 Email: i)tirch;isiiig(i%sitikft)rdfl.,�()v RIVERWALK PH III GROUND MAINTENANCE SERVICES #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 #1 to Riverwalk Ph III Ground Maintenance Services. -50(Athe a)SCLJ-a-V QL- Name of Firm/Company Contact Email 11 oD ID I t6ock Street Address City, State, Zip Code %'-'! - 5"-)1 - 8S-ojj2 Telephone Number Fax Number Ga4("ty-) 'i of -� a, en,') Authorized Person Printed Name Authorized Person Title -7/3)ai <2K;�1��f—s6ii �Si u ­re Date ot Sid nature DATE: :lune 10 2021 TO: All Bidders/Proposers FROM: Marisol Ordonez, Purchasing Manager City of Sanford Purchasing Division SUBJECT: 1171320/21-39 Riverwalk Ph III Ground Maintenance Services I ADDENDUM 42 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 Tuesday, July 6, 2021 at 2:OOPM Local Time. II. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Q1. Trim Landscape is stated as "N" (as needed ) and its price is to be included in the weekly services line item, however what is considered "trim landscape"? Is that trimming grasses, palmettos, etc? Please be specific. A.1 Trirn l_.<rndsc:apt is iiaa llceLl"e tr.i_9larlaii1,3, 6Im! rc,tllo\t,11I irl all l'alcl5cap 1`eclis'. This is t>il II a,"". lige(led bLisis to ]KCe p the I)ealge.s properly tEilii[llv'el riittl i'4eeds Froin gowillg tllrou ll till' lfl,"11atirlgs. llaliu :llat:l tre(tt'i111i"ilrlll'_ �1.1'c ojlctl trine i(lritiaffi rel 14 iiotecl it,, ilic; lid slic'et. Q2. How long is the Riverwalk Pathway? Is it an expectation to edge the entire pathway? Are we to edge the pathway every service or just every so often like monthly? b •. •r 1 r r -r oQ A2. I''r' iCit; I?E(:l tElY1 St r� `;E'IIi'Lttil'a;Cl tili c3 111iriril"1(.11;1 i1tle;c° €�'lGt"� Iii';) �iec;»�,.�> ICtii�., <£� t i� tl.;;i t3. i.4 11i t loolz vota rmlv Lo l€ Myler. l ]le trail rti '.l 111les lortox� I]so itichi(Ics <.lrotlrr(l I)CCK sidel,valk ai?d ctlrbiri-. Q3. When is the recommended time to do the annual trimming of Palms, Etc? A3. Tree I)rtii1ii1g sllcatild be coiidi.icted iii eirl\ spr'ir)() `t�ct��uc r1 ; I rr'r 11 vnk] April bel'7re tl"lc ffiisla starts L)r1 tl2t Lr (.`.i, 11 i I" (.()[1'7117 :1'3 {' fl lC CIG 'f11 i:11'1t] lt� ritize �«'E lir t.'wtil:)II-icrit I�t`lt'. ',El i:rir)llil!n'g oi, pilins 911 order to prevent cross coiltainiiialion (lite to MIC intiltitude rrl p alins hi Ceiltral acid Solid) Florida, Q4. Is an FDOT MOT/TCC certificate required in order to bid on the project? A4. No. bUt It is t"t::C;oni n-ten.le d 1`61- .Iilt o le �Vor11111.:' 1vitlliri the ro id%t Til\' to 11m -e ii( Bats[ one F)crsol', ccrtif ccl iri l rsal'fic ("oritrol. si lis <:111d Proper Pill' is reettlir°ecl, City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 327710 ADDENDUM Phone: 407-688-5028 or 5030 Fax: 407-688-5021 Email: )urch.�,iu,,'ri sanfordtl. ,ov ANFciR D RIVERWALK PH III GROUND MAINTENANCE #2 SERVICES DATE: :lune 10 2021 TO: All Bidders/Proposers FROM: Marisol Ordonez, Purchasing Manager City of Sanford Purchasing Division SUBJECT: 1171320/21-39 Riverwalk Ph III Ground Maintenance Services I ADDENDUM 42 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 Tuesday, July 6, 2021 at 2:OOPM Local Time. II. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Q1. Trim Landscape is stated as "N" (as needed ) and its price is to be included in the weekly services line item, however what is considered "trim landscape"? Is that trimming grasses, palmettos, etc? Please be specific. A.1 Trirn l_.<rndsc:apt is iiaa llceLl"e tr.i_9larlaii1,3, 6Im! rc,tllo\t,11I irl all l'alcl5cap 1`eclis'. This is t>il II a,"". lige(led bLisis to ]KCe p the I)ealge.s properly tEilii[llv'el riittl i'4eeds Froin gowillg tllrou ll till' lfl,"11atirlgs. llaliu :llat:l tre(tt'i111i"ilrlll'_ �1.1'c ojlctl trine i(lritiaffi rel 14 iiotecl it,, ilic; lid slic'et. Q2. How long is the Riverwalk Pathway? Is it an expectation to edge the entire pathway? Are we to edge the pathway every service or just every so often like monthly? b •. •r 1 r r -r oQ A2. I''r' iCit; I?E(:l tElY1 St r� `;E'IIi'Lttil'a;Cl tili c3 111iriril"1(.11;1 i1tle;c° €�'lGt"� Iii';) �iec;»�,.�> ICtii�., <£� t i� tl.;;i t3. i.4 11i t loolz vota rmlv Lo l€ Myler. l ]le trail rti '.l 111les lortox� I]so itichi(Ics <.lrotlrr(l I)CCK sidel,valk ai?d ctlrbiri-. Q3. When is the recommended time to do the annual trimming of Palms, Etc? A3. Tree I)rtii1ii1g sllcatild be coiidi.icted iii eirl\ spr'ir)() `t�ct��uc r1 ; I rr'r 11 vnk] April bel'7re tl"lc ffiisla starts L)r1 tl2t Lr (.`.i, 11 i I" (.()[1'7117 :1'3 {' fl lC CIG 'f11 i:11'1t] lt� ritize �«'E lir t.'wtil:)II-icrit I�t`lt'. ',El i:rir)llil!n'g oi, pilins 911 order to prevent cross coiltainiiialion (lite to MIC intiltitude rrl p alins hi Ceiltral acid Solid) Florida, Q4. Is an FDOT MOT/TCC certificate required in order to bid on the project? A4. No. bUt It is t"t::C;oni n-ten.le d 1`61- .Iilt o le �Vor11111.:' 1vitlliri the ro id%t Til\' to 11m -e ii( Bats[ one F)crsol', ccrtif ccl iri l rsal'fic ("oritrol. si lis <:111d Proper Pill' is reettlir°ecl, Q5. What is the estimated budget for this project? A5. Tlik2 Inii,pose ol'this bid is to get 0*ic best cswiiatc I'Or propoNeci \voi,k as mitifflecl iii the hid specificatimi. Q6. What is the estimated yardage quantity of mulch? Also, what is the type of mulch to be used? A6. "I'lic cstiii-iated ("'Y oftmilCh IS 2I 5 CLIbiC yards of'pinc Karl; at 3" tlilck. 111. CHANGES, ADDITIONS AND/OR CLARIFICATIONS N/A Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #2 to Riverwalk Ph III Ground Maintenance Services. f5o" Name of Finn/Company Jon 2 cdf-o r(, Street Address Contact City, State, Zip Code Telephone Number Fax Number 0- 1n yleonlc� -�)Cee'yAery+ Authorized Person Printed Name Authorized Person Title '��orized-N4,Son Signature Date of §igiYature City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM Phone: 407-688-5028 or 5030 1 Fax: 407-688-50211 Entail: SAN"FQRD — RIVERWALK PH III GROUND MAINTENANCE #2 SERVICES Q5. What is the estimated budget for this project? A5. Tlik2 Inii,pose ol'this bid is to get 0*ic best cswiiatc I'Or propoNeci \voi,k as mitifflecl iii the hid specificatimi. Q6. What is the estimated yardage quantity of mulch? Also, what is the type of mulch to be used? A6. "I'lic cstiii-iated ("'Y oftmilCh IS 2I 5 CLIbiC yards of'pinc Karl; at 3" tlilck. 111. CHANGES, ADDITIONS AND/OR CLARIFICATIONS N/A Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #2 to Riverwalk Ph III Ground Maintenance Services. f5o" Name of Finn/Company Jon 2 cdf-o r(, Street Address Contact City, State, Zip Code Telephone Number Fax Number 0- 1n yleonlc� -�)Cee'yAery+ Authorized Person Printed Name Authorized Person Title '��orized-N4,Son Signature Date of §igiYature DATE: June 24 2021 TO: All Bidders/Proposers FROM: Marisol Ordonez, Purchasing Manager City of Sanford Purchasing Division SUBJECT: IFB 20/21-39 Riverwalk Ph III Ground Maintenance Services I ADDENDUM 43 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 Tuesday, July 6, 2021 at 2:OOPM Local Time. II. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Q1. The bid states the Irrigation system is to be maintained by the contractor throughout the contract, this includes periodic wet checks performed at certain service intervals. With no clear guidance on the number of checks required in the bid, what is the recommend service intervals, such as bi- weekly checks, monthly, etc. Also there is no pricing line item for irrigation. Will an Irrigation pricing line item be added to the price spreadsheet or should our irrigation price be included in the weekly cost for Operations and "N" operations? Al. lrrig�alon rep tii•s vv:ifl be on iicgolixitcd f)r1CC p l �plote. ll riciraia �Ec fair, vistial irivectioll to clef en] line oh iotis breutks M alae: SYsteit'i. i\et C11CCkS' ,till be I)ell'o•r7led iii« tithly at,d ivpaff will be quoted txtsed on ant€ Ullt Of cl<in� Lge triad st bl-liffled 101. Opprc, ,ti[. � c� ivpi.iir xvoi,t shall be con-ijitb ted vvithot.it �ipl?ro%% tt i'1'0111 t'ity Suljf'11114 hlelS bear:t rddQd to the bid site.t:�t. Q2. The only area needed to be Fertilized for Turf is The Riverwalk "Trail" side and not the non -lake side? Also do you have the appox number of square footage of turf that needs to be Fertilized? A2. oil [lie i1orth side: o1* the i'(.)tid Md titl Of' 01c ktildsczip,: h-Ccls Linc° to be The estitnated ` cl( i..ire f6otiig oflainrs 110""' I sclt I:Iro FeCt, Q3. Is a bid / Performance bond required for this bid? A3. No. City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM (�� Phone: 407-688-5028 or 5030 Fax: 407-688-5021 Email: nn ch scirr ='iis:urfordfl =sry ? RIVERWALK PH III GROUND MAINTENANCE SERVICES #3 DATE: June 24 2021 TO: All Bidders/Proposers FROM: Marisol Ordonez, Purchasing Manager City of Sanford Purchasing Division SUBJECT: IFB 20/21-39 Riverwalk Ph III Ground Maintenance Services I ADDENDUM 43 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 Tuesday, July 6, 2021 at 2:OOPM Local Time. II. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Q1. The bid states the Irrigation system is to be maintained by the contractor throughout the contract, this includes periodic wet checks performed at certain service intervals. With no clear guidance on the number of checks required in the bid, what is the recommend service intervals, such as bi- weekly checks, monthly, etc. Also there is no pricing line item for irrigation. Will an Irrigation pricing line item be added to the price spreadsheet or should our irrigation price be included in the weekly cost for Operations and "N" operations? Al. lrrig�alon rep tii•s vv:ifl be on iicgolixitcd f)r1CC p l �plote. ll riciraia �Ec fair, vistial irivectioll to clef en] line oh iotis breutks M alae: SYsteit'i. i\et C11CCkS' ,till be I)ell'o•r7led iii« tithly at,d ivpaff will be quoted txtsed on ant€ Ullt Of cl<in� Lge triad st bl-liffled 101. Opprc, ,ti[. � c� ivpi.iir xvoi,t shall be con-ijitb ted vvithot.it �ipl?ro%% tt i'1'0111 t'ity Suljf'11114 hlelS bear:t rddQd to the bid site.t:�t. Q2. The only area needed to be Fertilized for Turf is The Riverwalk "Trail" side and not the non -lake side? Also do you have the appox number of square footage of turf that needs to be Fertilized? A2. oil [lie i1orth side: o1* the i'(.)tid Md titl Of' 01c ktildsczip,: h-Ccls Linc° to be The estitnated ` cl( i..ire f6otiig oflainrs 110""' I sclt I:Iro FeCt, Q3. Is a bid / Performance bond required for this bid? A3. No. Q4. The current condition of the Riverwalk is not in particularly good shape, Landscape Beds are filled with weeds, etc. Should we anticipate a I time clean up fee, or will the Riverwalk be in good shape when the contract shall start? A4. Rtver%v,alk 11 ,:ii)d III are still L111de1. co!1strLictioll. lie C0111trUL01- IS !VSPOIISit-!C 601- ClS°,'fflillll 111,1 the S'ite'ind pl-cppilig, it for di", City to talc OVQI-, 0lce coinplete dic contricaor %,,mild tikc ov. ,,r 0-1c, SCIA'WeS" Q5. When is the Anticipate start date of this contract? 'A5. Octobor 1. 2(C 1 Ill. CHANGES, ADDITIONS AND/OR CLARIFICATIONS Revised Exhibit "A" part of the attachment "F" Price Proposal Sheet. 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 Riverwalk Ph Ill Ground Maintenance Services. Sou, 4),�-ftp U Name of Firm/Company Contact Email 100 '\Z (.-4 d (-r-v,6 -' I t-ny-c' tL 32 Street Address City, State, Zip Code Telephone Number Authorized Person Printed Name N I if) Fax Number AeA+ Authorized Person Title ------- 71,51 �1 son S ature Date of S'gnatu're 2 City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM Phone: 407-688-5028 or 5030 I Fax: 407-688-50211 Email: SANFORD RIVERWALK PH III GROUND MAINTENANCE SERVICES #3 Q4. The current condition of the Riverwalk is not in particularly good shape, Landscape Beds are filled with weeds, etc. Should we anticipate a I time clean up fee, or will the Riverwalk be in good shape when the contract shall start? A4. Rtver%v,alk 11 ,:ii)d III are still L111de1. co!1strLictioll. lie C0111trUL01- IS !VSPOIISit-!C 601- ClS°,'fflillll 111,1 the S'ite'ind pl-cppilig, it for di", City to talc OVQI-, 0lce coinplete dic contricaor %,,mild tikc ov. ,,r 0-1c, SCIA'WeS" Q5. When is the Anticipate start date of this contract? 'A5. Octobor 1. 2(C 1 Ill. CHANGES, ADDITIONS AND/OR CLARIFICATIONS Revised Exhibit "A" part of the attachment "F" Price Proposal Sheet. 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 Riverwalk Ph Ill Ground Maintenance Services. Sou, 4),�-ftp U Name of Firm/Company Contact Email 100 '\Z (.-4 d (-r-v,6 -' I t-ny-c' tL 32 Street Address City, State, Zip Code Telephone Number Authorized Person Printed Name N I if) Fax Number AeA+ Authorized Person Title ------- 71,51 �1 son S ature Date of S'gnatu're 2 Attachment "B" Organizational Information The Bidder must include a copy of their State Certificate of Good Standing/Articles of Incorporation, which lists the corpora I :e officers. In addition to the aforementioned documents the Bidder/Bidder must include necessary information to verify the individual signing this proposal/bid and or any contract document has been authorized to bind the corporation. Examples include: I 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. TYPE OF ORGANIZATION City of Sanford I Finance Department I Purchasing Division GUOIEY1V_e Corporation 300 N. Park Avenue 2"' Floor Suite 236 Sanford, Florida 32771 Partnership C:TY o- S,( Phone: 407.688.5028 or 5030 Fax: 407.688.5021 Joint Venture QQ6�0f_d NANCEOEPAR merit INVITATION TO BID (IFB) Other (Please specify) TERM CONTRACT oy ICA Principal Place of Business (Enter Address) 1Ioo Qcid Micra I Ft '3,3 73 K TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES Attachment "B" Organizational Information The Bidder must include a copy of their State Certificate of Good Standing/Articles of Incorporation, which lists the corpora I :e officers. In addition to the aforementioned documents the Bidder/Bidder must include necessary information to verify the individual signing this proposal/bid and or any contract document has been authorized to bind the corporation. Examples include: I 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. TYPE OF ORGANIZATION (Please place a check mark (V) next to app icable type) GUOIEY1V_e Corporation t 0C Partnership Non -Profit Joint Venture QQ6�0f_d Sole Proprietorship HWa 4f 1. Other (Please specify) State of Incorporation oy ICA Principal Place of Business (Enter Address) 1Ioo Qcid Micra I Ft '3,3 73 K Federal I.D. or Social Security Number 1%(P 1 (0 By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "B", Organizational Information, is truthful and correct at the time of submission. Bidder/Contractor Name: 'EQUAk-10 GUOIEY1V_e G1ffAAl:2 t 0C Mailing Address: QQ6�0f_d bf HWa 4f 1. Telephone Number: AOS{ - i I -� S J I Fax Number: Akqt�, Signatory 1P 5 I' Title W E-mail Address: --xo At k) ) &aA-'P-_ FEIN: C/(,/ Pi"inted Name 7 )13 12- 1 Dite / PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE ,&-Failure to submit this form may be grounds for disqualification of your submittal- Attachment "C"_ See �rc� 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. City of Sanford Finance Department Purchasing Division Project Name: 300 N. Park Avenue 2"1 Floor Suite 236 Sanford, Florida 32771 MY OP SANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 N'A N C E 0 E PA I 2 I M E N I INVITATION TO BID (IFB) Contact Name and Phone #: TERM CONTRACT Contact Email Address and Fax #: n. TITLE: RIVERWALK PH Ill GROUND MAINTENANCE SERVICES Attachment "C"_ See �rc� 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. PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE �v"Failure to submit this form may be grounds for disqualification of your submittal"w Project #1: Project Name: Type of Project/Service: Address: Contracting Agency/Client: Contact Name and Phone #: Contact Email Address and Fax #: Contract Amount: Start Date: End Date: Project #2: Project Name: Type of Project/Service: Address: Contracting Agency/Client: Contact Name and Phone #: Contact Email Address and Fax Contract Amount: T Start Date: I End Date: Project #3: Project Name: Type of Project/Service: Address: Contracting Agency/Client: Contact Name and Phone #: Contact Email Address and Fax #: Contract Amount: Start Date: End Date: Project #4: Project Name: Type of Project/Service: Address: Contracting Agency/Client: Contact Name and Phone #: Contact Email Address and Fax #: Contract Amount: Date: End Date: -Start Project #5: Project Name: Type of Project/Service: Address: Contracting Agency/Client: Contact Name and Phone #: Contact Email Address and Fax #: Contract Amount: Start Date: End Date: PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE �v"Failure to submit this form may be grounds for disqualification of your submittal"w Southern Sunshine Group, Inc 1100 Radford Dr Deltona, FL 904-571-8511 References Rosalynn Nelson- FWC 321-383-5535 Rosalyn.nelson@myfwc.com Shawn Lemons- City of Sanford- Stormwater Supervisor 321-377-9121 Shawn.lemons@sanfordfl.gov Wilfredo Martinez Daytona Beach Housing Authority- Maintenance Supervisor 386-527-2250 martinezw@dbhafl.org Robert Beall- City of Sanford Robert.beall@sanfordfl.gov P: 407.688.5000 ext 5423 Keith Gamble- Volusia County 386-804-3535 kgamble@volusia.org Bill Weithman Facility Coordinator V011ISia County Public Protection / VCFS Office Phone: 386-822-5028 ext 15380 Cell Phone: 386-801-8887 wweithman@volusia.org Tex Loadholtz- Brevard County 321-302-1608 Tex.loadholtz@brevardfl.gov Julianna.childers@brevardfl.gov Sincerely, Sarah Keane Southern Sunshine Group, Inc 904-571-8511 Attachment "D" 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 "13", Contractor Certification Regarding Scrutinized Companies, is truthful and correct at the time of submission. Bidder/Contractor Name: Mallin Address: (d V1 d Telephone Number: 94 `71-S S Fax Number E-mail 2 k -L L9 C4 Vk1r_ FEIN: 6 -Au oized Siiaie'k Ao W Printed Name Title Date PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE (when applicable) 13"Failure to submit this form may be grounds for disqualification of your submittal City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 MY 0, Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 SANFORD INVITATION TO BID (IFB) TERM CONTRACT TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES Attachment "D" 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 "13", Contractor Certification Regarding Scrutinized Companies, is truthful and correct at the time of submission. Bidder/Contractor Name: Mallin Address: (d V1 d Telephone Number: 94 `71-S S Fax Number E-mail 2 k -L L9 C4 Vk1r_ FEIN: 6 -Au oized Siiaie'k Ao W Printed Name Title Date PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE (when applicable) 13"Failure to submit this form may be grounds for disqualification of your submittal City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2"' Floor Suite 236 Sanford, Florida 32771 CF111, or Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 S�,�40RD ANCE, ', MMI INVITATION TO BID (IFB) TERM CONTRACT TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES Attachment "E" Proposed Schedule of Subcontractor Participation C3 No Subcontracting (of any kind) will be utilized on this project. Solicitation Number: IFB 20/21-39 Title: Riverwalk Ph III Ground Maintenance Services 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 Cent y n ci 0 18A f 0 C CUq -g-32 -7 1 tnCr2(6 _-2 1 F� 2 C t - f il Cy I Ovid i (6 Qa bf, 4 )00/0 SDVBE n 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 n 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 "E", Proposed Schedule of Subcontractor Participation, is truthful and correct at the time of submission. Bidder/Contractor Name: Mailing Address: J/00 ikJodf-oid Di, De //ma 11�tl /1� :) /-1 Telephone Nuniber: —ff.') Fax Number: E-mail Address: ct 'k-9— FEIN: Aut ed "Sign t Printed Name 7/ /?/Z- Title Date PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE -Failure to submit this form may be grounds for disqualification of your submittal- - CC r in ✓� ilii`,,;; �w py,00l0c SOUTHER p GROUP Southern Sunshine Group, Inc 1100 Radford Dr Deltona, FL 904-571-8511 Sub -Contractor Fertlization and Pest Control Turfmaster Lawn and Ornamental Care 348 Monroe Rd. Sanford FL 32771 Mailing address Turfmaster Lawn & Ornamental Care PO Box 470460 Lake Monroe, FL 32747-0460 Doug Lee doug�7a gowiththegnome.com president Darrell Lee darrell(a)gowiththegnome.com vice president Oscar Bustos oscar@gowiththegnome.com sales Sincerely, Sarah Keane Southern Sunshine Group, Inc 904-571-8511 Licensed Pesticide Applicator Detail 7/5/21, 6:29 PM Licensed Pesticide Applicator Detail Print Close Applicator's Name City, State JILEE, DOUGLAS CHRISTOPHER j[DEBARYFL License No. License Status License Type: INormal I[Certified Pest Control Operator License Categories General Household Pest and Rodent Control, Termite and Other WDO Control, Lawn and Ornamental Original Issue Date Last Issue Date Expiration Date 1110/30/1990 116/29/2021 6/1 /2022 Company Name 11TURFMASTER LAWN & ORNAMENTAL CARE, LLC Agent Count: 0 http://ceupublicsearch.freshfromflorida.com/PersonDetail.asp Page 1 of 2 Licensed Pesticide Applicator Detail 7/5/21, 6:29 PM Licensed Pesticide Applicator Detail Print Close Applicator's Name City, State JILEE, DOUGLAS CHRISTOPHER IFPEBARYFL License No. License Status License Type: j1JE25142 1Normal IID Card/Pest Control License Categories Certified Operator Original Issue Date Last Issue Date Expiration Date 112/9/1988 I6/23/2021 5/31 /2022 Company Name JITURFMASTER LAWN & ORNAMENTAL CARE, LLC Ij Agent Count: 0 http://ceupublicsearch.freshfromflorida.com/PersonDetaii.asp Page 1 of 2 i -Iftoriba tate of -MrVartment at Z(grictilturr anb Congamtr *wibicts jBitreau of liccuM119 atib ttfarcemeut Preventative Termite Treatment Permit Number:JB200849 Mcpartmtnt of ftruadivirr aft Cmisumer fserbicts BUREAU OF LICE"SING AND ENFORCK'NIFN I iissc Feta Fa d. arca M.) <' 2018 jone"i 11 31,11119 FRE PEST CONA ROL COMPANY FIR \1 NAMLD 111'1,0W HAS RIXASTUM) UNDURT11r, PROVISIO\5 OF CHAMP 482 FOR I HE 31.2019 AT 3277i TURYMAJ It K LAWN & ORNANUIN'FAL CARE, G—W H.'od',Ad r- ..d I'Lc Redrnt Comm! t,AKEMONROI-Al- 32747 Yflefit, .d 01W M DO 7f 4TUR MASTER LAWN & ORNAMENTAL CARE, LLC 370 MONROE RD, SANFORD, FL 32771 pit c"'ll'J"pe'ation, in tiff, „)-Iodrwd Olt— /57 1"", J.o., bd,: Via,, 25, 2018 �\dam IL Putnam Cmrfoisswncr ml Agriculture ........... ... sr ro �Bcpartntcnt of Agriculture aub Con5umcr -lbrrWreg �Surwu of Cnitotualogy anb Vest Coiitral ,0 V9 Number JF6029 DOUGLAS CHRISTOPHER LEE Fxe3 i1 fa C"tilytl-ttk' a 1-1;4. c"'t;1i.Jpact` CnnlJ0p ... to, clnji'i P—lire I,,/ 0"'.'.—t.4 anJP,,14.t Coni -1 -7—na, ,.,/ Otl-w Tf�20 C t-1 Adma K. PuLmull Commissioner of Acnculturc X11" /11" pen.&s Joe vid.h j Ja '5exti'.."t 'WL -1 lVil"-5 lki I4, 201 KrATF. OF FI:OItID N Department of Ag icultare and Consumer Setwices � BUREAU OFIM IA I\t, AND EN HUTMF.,NI .lune is 2tt20 tf42€H}fl May 31. 2021 r 11 i1 1'i.SE {)ONTI2t31, LMNIP NV 1;11 '41 Na.�MM) 131 i W 14S � RIMSI I'.I2i D iMDi i*s � E PM)IMM( S OF (.€Mpa R ib' IOR "Ili!? � PFRiOD li? PIRIN(J; Njss 31, 2!121 ! t?+1ltatihCH Irl) �rnes.al Nu+tsetsultl fest ,ami Tl1hF \it1S"]`Ca2 1.11V?tictcLilZ"�-��"�a%,�1;`C �`,I:I:, .iwr'wient C'antrtai I.1.0 110 tata� ,ott,!: J mwn and (irummental j I ;AKIi \fit NW all. 1:1, '27-1? .I ermitc anti 00wr NN DO Control r \9Ct 1 t"+..ICb I'�,iinl'a. a: t)AsV!IS�Sir)�;Git f I �. ATTACHMENT "F" BID PRICE SCHEDULE AND ACCEPTANCE OF BID TERMS AND CONDITIONS Lump sum Price in D*u,tboundcoigned,uauuthorizcdxi&uutoryt000mmbthofinn,Joherebyaoceptinkta|aJ|thon:nnxundcondbionnstipu|utedund referenced in this lFB document and do hereby agree that if contract is offered ornegotiated it will abide hythe terms and conditions presented in the lPB douomoo1 or as negotiated pursuant thereto. The undersigned, having familiarized blm/heoc|fwi(k the terms of the |FB documents, \oou\ conditions, and the cost ofthe work at the p}acc(s)where the work ism 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 fi|o at the City of Sanford Purchasing Division for the price set forth herein in /kttuchmncu/ "IT" Bid Price Schedule and Acceptance of Bid Terms and Conditions. The signature(s) bc\mv are an acknowledgment of my/our full understanding and acceptance of all the terms and conditions set forth in this lFI3 document or as otherwise agreed to between the parties in writing. B Name: Fax Number: STATE OF FLO 0 COUNTY OF / C4 E-mail Address: - FEIN: Printed Name I HEREBY CERTIFY that on this day, before me . an oqcTr duly authorized to administer oaths and take acknowledgments, personally 0/ - _ { I who is personally known to _Tp re ion an� a�knoyvledged before me that s/he executed the same. �w6rn and sAkribed before me, by — , r,, k- 1Z Q vrez by means of physical presence or { I online notarization on ffh—e _3� day of \ ) t I IV , 2021, the said person did take an lat and was first duly sworn by me, on oath, said person, further, ' deposing land saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. A City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2 n1 Floor Suite 236 Sanford, Florida 32771 CITY Or Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION TO BID (IFB) TERM CONTRACT TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES ATTACHMENT "F" BID PRICE SCHEDULE AND ACCEPTANCE OF BID TERMS AND CONDITIONS Lump sum Price in D*u,tboundcoigned,uauuthorizcdxi&uutoryt000mmbthofinn,Joherebyaoceptinkta|aJ|thon:nnxundcondbionnstipu|utedund referenced in this lFB document and do hereby agree that if contract is offered ornegotiated it will abide hythe terms and conditions presented in the lPB douomoo1 or as negotiated pursuant thereto. The undersigned, having familiarized blm/heoc|fwi(k the terms of the |FB documents, \oou\ conditions, and the cost ofthe work at the p}acc(s)where the work ism 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 fi|o at the City of Sanford Purchasing Division for the price set forth herein in /kttuchmncu/ "IT" Bid Price Schedule and Acceptance of Bid Terms and Conditions. The signature(s) bc\mv are an acknowledgment of my/our full understanding and acceptance of all the terms and conditions set forth in this lFI3 document or as otherwise agreed to between the parties in writing. B Name: Fax Number: STATE OF FLO 0 COUNTY OF / C4 E-mail Address: - FEIN: Printed Name I HEREBY CERTIFY that on this day, before me . an oqcTr duly authorized to administer oaths and take acknowledgments, personally 0/ - _ { I who is personally known to _Tp re ion an� a�knoyvledged before me that s/he executed the same. �w6rn and sAkribed before me, by — , r,, k- 1Z Q vrez by means of physical presence or { I online notarization on ffh—e _3� day of \ ) t I IV , 2021, the said person did take an lat and was first duly sworn by me, on oath, said person, further, ' deposing land saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. A WITNESS my hand and official seal in the RYDER BARRETT Notary Public - State of Florida Commission # GG 294771 My Comm. Expires Jan 24, 2023 State last aforesaid 's3�day of J U 2021. Notary Public in and fortheCounty and State Aforementioned) issionexpires: PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE -Failure to submit this form may be grounds for disqualification of your submittal- City of Sanford Finance Department Purchasing Division 300 N. Park Avenue 2"' Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 Fax: 407.688.5021 S,�,NFORD FINANCE LAAAWMWI INVITATION TO BID (IFB) TERM CONTRACT TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES WITNESS my hand and official seal in the RYDER BARRETT Notary Public - State of Florida Commission # GG 294771 My Comm. Expires Jan 24, 2023 State last aforesaid 's3�day of J U 2021. Notary Public in and fortheCounty and State Aforementioned) issionexpires: PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE -Failure to submit this form may be grounds for disqualification of your submittal- SCHEDULE A x�teg 0 0 OQ < Z z > 1. 5 o m N0 g a 0 o 0 ol z 2E of m�4H 3 ACREAGE TRASH w mow WEEDEAT EDGE SLOW Z ROLVMP WEED CONTROL Z TOM LANDSCAPE FREE AND PALM PRUNING MULCH z FIRE ANT CONTROL z TIJIRF WEED CONTROL FERTILIZE TLIRF FERTILIZE LANDSCAPE PLANTS Iffigation o -11 PIRWEEKFORWII,,l N OPERATIONS LINT COST FOR MULCH -T COST FOR TLRF rn FERTILIZATION o LINT COST FOR LANDSCAPE FERTILIZATION o UNOOITFORTREEANDPALM T TRMMING UNIT COST FOR IRRIGATION j in INSPECTION AND WET TESTING rn ODST PER YEAR o 6 Service Proposal . ... . .... . ... ..... .. Visits I , Per V [sit Price i M%5hole 0 — Seasonal Price, Southern Sunshine Group, Inc Mulch- Pine Bark (HardWood) Client Name: City of Sanford El Project Name: Riverwalk Phase 11 and III El Jobsite Address: 300 N. Park Avenue Sanford, Florida 32771 Billing Address: 300 N. Park Avenue Sanford, Florida 32771 Estimate ID: EST1296070 $62,684.80 Date: Jul 05, 2021 Landscape Maintenance of appox 3.1 miles Please approve either the Per Visit price option, or the Seasonal Price option. Service Descriptions Visits I , Per V [sit Price App r9w q? Seasonal Price, Approved Mulch- Pine Bark (HardWood) 1 $14,667.40 El $14,667.40 El Recurring Landscape Maintenance 38 $1,649.60 ❑ $62,684.80 El Landscape Maintenance of appox 3.1 miles Fert-Turf 2 $1,343.02 El $2,686.04 El Fert-Landscape Area 4 $1,329.78 E] Annual Trimming -Annual Tree and Palm 1 $15,688.93 El Trimming Annual Trimming- Palms, Palmettos, Muhly Gross, Crepe Mrytle, White Pampas Grass, Silver Saw Palmettos Irrigation- Monthly Wet Checks 12 $331.38 El $5,319.12 1:1 $15,688.93 n $3,976.56 R Seasonal Total: $105,022.85 F-1 The Seasonal Plan, including all services shown, divided into 12 equal payments equals $8,751.90 per payment plus applicable taxes. Contractor Initials: Customer Initials: 1100 Radford Drive p. 386-213-5771 southernsunshinegroup.com Deltona, Florida 32738 email: thomas(gsouthemsunshinegroup.com Service Proposal CITY OF SANFORD Sales: Thomas Keane 300 N. PARK AVENUE Riverwalk Phase II and III SANFORD, FLORIDA 32771 300 N. Park Avenue Sanford, Florida 32771 Est ID: EST1296070 Date: Mar -30-2021 EXTRA SERVICES Visits Billing Type Visit Price Season Price Mulch- Pine Bark (HardWood) 1 Per Visit $14,667.40 $14,667.40 Recurring Landscape Maintenance 38 Per Visit $1,649.60 $62,684.80 Fert-Turf 2 Per Visit $1,343.02 $2,686.04 Fert-Landscape Area 4 Per Visit $1,329.78 $5,319.12 Annual Trimming- Muhly Grass 1 Per Visit $3,284.10 $3,284.10 Annual Trimming -Palm Tree Trimming I Per Visit $6,692.40 $6,692.40 Annual Trimming- Crepe Mrytle 1 Per Visit $1,446.89 $1,446.89 Annual Trimming - White Pampas Grass 1 Per Visit $423.54 $423.54 Annual Trimming - Silver Saw Palmetto I Per Visit $3,840.00 $3,840.00 Irrigation- Monthly Wet Checks 12 Per Visit $331.38 $3,976.56 Southern Sunshine Group, Inc P.386-213-5771 1100 Radford Drive Deltona, Florida 32738 southernsunshinegroup.com thomas@southernsunshinegroup.com page I of 2 STATEMENT OF INSPECTION ATTACHMENT "G" IFB 20/21-39 RIVERWALK PH III GROUND MAINTENANCE SERVICES Bidder's signature on this page indicates that the bidder has inspected the facility specified below at the Riverwalk Project as stated on Exhibit "A" Sanford, Florida 32771 and has ftilly reviewed and understands all work requirements at said location(s): J 10-cov- Printed Name of Authorized Person Si re ofAu„ , orifNrson­ Date ,50L,fk"C,-11 Gno(,p Name of Firm 1(0 �6- Street Address 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. M City of Sanford Finance Department Purchasing Division 300 N. Park Avenue 2"1 Floor Suite 236 Sanford, Florida 32771 (-JN'0c Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 &�10RD 4 �04 A NCEDLWIR " M ��J I INVITATION TO BID (IFB) rw Ufa TERM CONTRACT TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES STATEMENT OF INSPECTION ATTACHMENT "G" IFB 20/21-39 RIVERWALK PH III GROUND MAINTENANCE SERVICES Bidder's signature on this page indicates that the bidder has inspected the facility specified below at the Riverwalk Project as stated on Exhibit "A" Sanford, Florida 32771 and has ftilly reviewed and understands all work requirements at said location(s): J 10-cov- Printed Name of Authorized Person Si re ofAu„ , orifNrson­ Date ,50L,fk"C,-11 Gno(,p Name of Firm 1(0 �6- Street Address 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. M Attachment "H" Solicitation Response Identification Label NOTICE TO ALL RESPONDENTS: For your convenience, the label below has been provided to properly identify your solicitation submittal. Place your submittal in a sealed envelope or package, type or print the company name and address in the area provided below, and affix the label on the outer surface of the envelope or package. If you are hand -delivering a solicitation, a time/date stamp will be available in the Purchasing Division. The solicitation submittal envelope or package and label will be date stamped and the appropriate Purchasing Manager will be notified. A record of all deliveries and delivery times will be documented in the Solicitation by the Purchasing Division. PLEASE FILL OUT THE LABEL BELOW AND ATTACH SAME TO YOUR SOLICITATION RESPONSE ENVELOPE OR PACKAGE. Cut out the label and tape it to the outer sealed solicitation envelope or package. ------------------------------------------------------------------------- r_______________.I **DO NO OPEN**SEALED SOLICITATION* *DO NOT OPEN**SEALED SOLICITATION** ATTENTION: MARISOL ORDONEZ, PURCHASING MANAGER I SOLICITATION NUMBER: IFB 20/21-39 I ITITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES SOLICITATION DUE DATE: 2 TIME: 2:00 P.M. Local Time I FROM: I —c c elI I I DELIVER TO: City of Sanford IPurchasing Division 300 N. Park Avenue 2°d Floor Suite 243 I ISanford, Florida 32771 **DO NO OPEN**SEALED SOLICITATION* *DO NOT OPEN**SEALED SOLICITATION** I City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2°' Floor Suite 236 Sanford, Florida 32771�kk� CiT 0= �+A�.���� Phone; 407.6$$.502$ or 5030 (Fax; 407.6$$,5021. ++r��.anractztws�tTr.1Err7 INVITATION TO BID (IFB) "gym TERM CONTRACT TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES Attachment "H" Solicitation Response Identification Label NOTICE TO ALL RESPONDENTS: For your convenience, the label below has been provided to properly identify your solicitation submittal. Place your submittal in a sealed envelope or package, type or print the company name and address in the area provided below, and affix the label on the outer surface of the envelope or package. If you are hand -delivering a solicitation, a time/date stamp will be available in the Purchasing Division. The solicitation submittal envelope or package and label will be date stamped and the appropriate Purchasing Manager will be notified. A record of all deliveries and delivery times will be documented in the Solicitation by the Purchasing Division. PLEASE FILL OUT THE LABEL BELOW AND ATTACH SAME TO YOUR SOLICITATION RESPONSE ENVELOPE OR PACKAGE. Cut out the label and tape it to the outer sealed solicitation envelope or package. ------------------------------------------------------------------------- r_______________.I **DO NO OPEN**SEALED SOLICITATION* *DO NOT OPEN**SEALED SOLICITATION** ATTENTION: MARISOL ORDONEZ, PURCHASING MANAGER I SOLICITATION NUMBER: IFB 20/21-39 I ITITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES SOLICITATION DUE DATE: 2 TIME: 2:00 P.M. Local Time I FROM: I —c c elI I I DELIVER TO: City of Sanford IPurchasing Division 300 N. Park Avenue 2°d Floor Suite 243 I ISanford, Florida 32771 **DO NO OPEN**SEALED SOLICITATION* *DO NOT OPEN**SEALED SOLICITATION** I cay OF SANFORD , 0JNAINICE DD.R'NT141 City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 Fax: 407.688.5021 INVITATION FOR BID (IFB) ONE (1) TIME PURCHASE Na; TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES SECTION 00420 BID BOND FORM KNOW ALL MEN BY THESE PRESENT, that we, the undersigned, (1) , as Principal, and (2) as Surety, are hereby and firmly bound unto (3) Owner, in the penal sum of (4) ) for the payment of which, well and truly to be made, ourselves, our heirs, executors, administrators, successors, and assigns. as Dollars ($ we hereby jointly and severally bind The condition of the above obligation is such that whereas the Principal has submitted to (3) a certain Bid for (5) IFB 20/21-39 Riverwalk Ph III Ground Maintenance Servicee" attached hereto and hereby made a part hereof. 1) Bidder 2) Surety 3) Owner 4) Amount of Bond as Required in the Instructions to Bidders 5) Name of Project as Shown in Invitation for Bids NOW, THEREFORE, A. If said Bidder shall be in rejected, or in the alternate, B. If said Bid shall be accepted and the Principal shall execute and deliver the Agreement (properly completed in accordance with the Bidding Documents), and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby give waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers. Signed and sealed this ATTEST: By (Principal Officer) Typed Name and Title (CORPORATE SEAL) 2 Typed Name and Title (SEAL) day of 2020. Principal By (Signature of Officer) Typed Name and Title Address City, State, Zip Surety By: Attorney -in -Fact Typed Name and Title Address City, State, Zip Telephone No. Facsimile No. END OF SECTION City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 ci'lf OF Phone: 407.688.5028 or 5030 Fax: 407.688.5021 SANFORD FINANCE DEPARMIWI INVITATION FOR BID (IFB) ONE (1) TIME PURCHASE TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES Signed and sealed this ATTEST: By (Principal Officer) Typed Name and Title (CORPORATE SEAL) 2 Typed Name and Title (SEAL) day of 2020. Principal By (Signature of Officer) Typed Name and Title Address City, State, Zip Surety By: Attorney -in -Fact Typed Name and Title Address City, State, Zip Telephone No. Facsimile No. END OF SECTION 11 TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES 11 Section 00425 Affidavit: Security and Public Safety Requirements, Code of Sanford, Florida: The CONTRACTOR shall be responsible for the accepted standards, appearance, conduct, and safety of its employees, subcontractors, agents, and any other person caused by the CONTRACTOR to have access to any facility under the authority of the City. 1. The CONTRACTOR under any agreement with the City, shall require all personnel under its cognizance, at all times when performing work in the context of that agreement to wear identification badges which, at a minimum, provides the name of the employee and the CONTRAACTOR. 2. The CONTRACTOR shall, when so required, provide to the CITY a list of employees working on the project which includes a list of employee work days, times and assignments for each employee within forty-eight (48) hours of the request for such information. This information, when requested by the CITY, shall be provided prior to the employees of the CONTRACTOR entering the CITY's premises. 3. The CONTRACTOR shall comply with Section 2-67 of the Sanford City Code as it relates to security screenings of private contractors, subcontractors and employees of private contractors. The CONTRACTOR shall cause each person designated or found by the City to be functioning in a position and/or location critical to the security and/or public safety of the CITY to undergo the following inquiries and procedures conducted by the City of Sanford: a. Fingerprinting in accordance with the CITY's Procurement procedures, b. Submission of the fingerprints to the Florida Department of Law Enforcement for state criminal history evaluation, and C. Submission of the fingerprints to the Federal Bureau of Investigation for a national criminal history evaluation. Such confidential information shall be used by the CITY to determine a person's eligibility to function in such critical employment position(s) as described. Additionally, the CITY may request and the CONTRACTOR shall provide the name, address and social security number and licenses (driver's, commercial drivers license or CDL, or other operator's license) for employees of the CONTRACTOR that may work on the CITY's premises in positions found by the City to be critical to the security and/or public safety of the CITY by reason of access to any publicly owned or operated facility. Tha CONTRACTOR shall release such information upon approval of the employees. If an employee refuses to authorize the release of their address, social security number and/or licenses they shall not be allowed to work or continue to work in such critical positions. City of Sanford Finance Department Purchasing Division 300 N. Park Avenue 2"1 Floor Suite 236 Sanford, Florida -32771 0 ,111'_----____ 04 Op SANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 r"M W HNANCE DEPARIMENT INVITATION FOR BID (IFB) ONE (1) TIME PURCHASE 11 TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES 11 Section 00425 Affidavit: Security and Public Safety Requirements, Code of Sanford, Florida: The CONTRACTOR shall be responsible for the accepted standards, appearance, conduct, and safety of its employees, subcontractors, agents, and any other person caused by the CONTRACTOR to have access to any facility under the authority of the City. 1. The CONTRACTOR under any agreement with the City, shall require all personnel under its cognizance, at all times when performing work in the context of that agreement to wear identification badges which, at a minimum, provides the name of the employee and the CONTRAACTOR. 2. The CONTRACTOR shall, when so required, provide to the CITY a list of employees working on the project which includes a list of employee work days, times and assignments for each employee within forty-eight (48) hours of the request for such information. This information, when requested by the CITY, shall be provided prior to the employees of the CONTRACTOR entering the CITY's premises. 3. The CONTRACTOR shall comply with Section 2-67 of the Sanford City Code as it relates to security screenings of private contractors, subcontractors and employees of private contractors. The CONTRACTOR shall cause each person designated or found by the City to be functioning in a position and/or location critical to the security and/or public safety of the CITY to undergo the following inquiries and procedures conducted by the City of Sanford: a. Fingerprinting in accordance with the CITY's Procurement procedures, b. Submission of the fingerprints to the Florida Department of Law Enforcement for state criminal history evaluation, and C. Submission of the fingerprints to the Federal Bureau of Investigation for a national criminal history evaluation. Such confidential information shall be used by the CITY to determine a person's eligibility to function in such critical employment position(s) as described. Additionally, the CITY may request and the CONTRACTOR shall provide the name, address and social security number and licenses (driver's, commercial drivers license or CDL, or other operator's license) for employees of the CONTRACTOR that may work on the CITY's premises in positions found by the City to be critical to the security and/or public safety of the CITY by reason of access to any publicly owned or operated facility. Tha CONTRACTOR shall release such information upon approval of the employees. If an employee refuses to authorize the release of their address, social security number and/or licenses they shall not be allowed to work or continue to work in such critical positions. SANFORD City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771��; Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) ONE (1) TIME PURCHASE TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES Z7/- r Slg e o Ala ate / ;00 'Zf� Typed or Printed Name of Affiant Title Name of Company STATE OF FLORIDA COUNTY OF Udl ill o HEREBY CERTIFY that on this day, . before/` me, an officer duly authorized to administer oaths and take acknowled nts, erso ally appefared �U ..-3 I/`, 2 t� P_ { } who is personally known to me or {;4 who produced . rA U c as idetificati n and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by gr h pert by means of {St; physical presence or { } online notarization on the . 5 day of �' 2021, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposind 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`a d S e last of said thi qday of (A, , 2021. '�*s "0 '• RYDER BARRETr Notary Public - State of Florida / r q Commission # GG 294771 ; My comm. Expires Jan 24, 2023 (Notary blic in6nd for the County and State Aforementioned) SEAL My commission expires: Qn 'nwg' City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 N'R Phone: 407.688.5028 or 5030 Fax: 407.688.5021 SANFORD tIMANCE DEPAMtVENT INVITATION FOR BID (IFB) ONE (1) TIME PURCHASE H TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES 11 SECTION 00432 NON COLLUSION AFFIDAVIT The undersigned, by signing this document hereby certifies that the company named below hereby is or does: 1 States that the entity named below and the individual signing this document has submitted the attached bid or proposal: 2. He is fully informed respecting the preparation and contents of the attached proposal and of all pertinent circumstances respecting such proposal; 3. Said bid or proposal is genuine and is not a collusive or sham bid or proposal; 4. Neither the said bidder or proposer nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other bidder, proposer, firm or person to submit a collusive or sham bid or proposal in connection with the Contract for which the attached bid or proposal has been submitted or to refrain from bidding or proposing in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other bidder, proposer, firm or person to fix the price or prices in the attached bid or proposal or of any other bidder of proposer, or to fix any overhead, profit or cost element of the bid or proposal price or the bid or proposal price of any other bidder or proposer, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Sanford or any person interested in the proposed Contract. 5. The price or prices quoted in the attached bid or proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or proposer or any of its agents, representatives, owners, employees, or parties in interest, including the individual signing this document. It G) Bidder 71.3 Sie-6f­A`6thorie presentative (Affiant) - bate! Printed or Typed Name and Title of Authorized Representative (Affiant) City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2n' Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 SAN FORD r I NANCE DEOP ' FNIENI INVITATION FOR BID (IFB) ONE (1) TIME PURCHASE 11 TITLE: RIVERWALK PH Ill GROUND MAINTENANCE SERVICES I STATE OF FLORID COUNTY OF I HEREBY CERTIFY that on this day, before me an officer duly authorized to administer oaths and take acknowledgments,,pprson lly eared `fix � J eokj Q _ { } who is personally known to me or D+ who produced c7cll U r as identification and acknowledged before me that s/he executed e same. Sworn and subscribed before me, by eQr r, ) e, by means of {4 physical presence or online notarization on theme_ day of 2021, the said person did take an oath and was first duly sworn by me, on oath, said person, furthdr, 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 Qo ty and State last afores this ay of pry uet RYDER BARRETT 41, Notary Public -State of Florida Commission # GG 294771 (Notary P6blic(iri'and for thg�tounty and State Aforementioned) My Comm. Expires Jan 24, 2023 SEAL My commission expires: 4 2u WZ3 END OF SECTION City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2 n' Floor Suite 236 Sanford, Florida 32771 C I i OF Phone: 407.688.5028 or 5030 Fax: 407.688.5021 SANFORD INVITATION FOR BID (IFB) ONE (])TIME PURCHASE N TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES N SECTION 00434 CONFLICT OF INTEREST STATEMENT PuSiAL'-ft— of vv�h a localA� |emthe office in , [Insert Title] [Insert Company Name] and principal office in B. The entity hereby submits an offer to iFB 20/21-39 Riverwalk Ph |{| Ground Maintenance Services. C. The AFFIANT hos made diligent inquiry and provided the information in this statement affidavit based upon its full knowledge. O. The AFFIANT obstee that only one submittal for this solicitation hos 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 oQmeement, participated in any collusion or collusive ocUvity, or otherwise taken any action which in any way restricts or restraints the competitive nature of this so|ioitstion, including but not Um\bad to the prior discussion of herme, oonditiono, pricing, orother offer parameters required by this solicitation. F Neither the entity nor its affi|iobaa, nor anyone associated with them, is presently suspended or otherwise prohibited from participation in this solicitation or any contract tofollow thereafter by any government entity. G. Neither the entity nor its ofh|iobao, nor anyone associated with them, have any potential conflict of interest because and due to any other clients, oontnacts, or property interests in this solicitation or the resulting project. H. i hereby also certify that no member of the entity's ownership or management or staff has a vested interest in any City Division/Department/Office. |. 1 certify that no member of the entity's ownership or management is presently mpp\ying, actively eaeking, or has been/e|ectedfor anelected position vv\thinCity ofSanford QovernmenL J. In the-eventthata conflict ofinterest is identified in the provision of services, |, the undersigned will immediately notify the City in writing. Bythe signeture(s)below, |kwe.the undersigned, aeauthorized ei natoryhooummit the firm, certify that the information os provided inSe___,0@434,Conflict of Interest Statement, is truthful and correct sdthe time ofsubmission. _ Typed Name of AFFIANT ___Q Title STATE OF FLO,�Dt - COUNTY OF I HEREBY CERTIFY that on this day, before rfe, an�olicer duly authorizedh)administer oathe and City of Sanford I Finance Department Purchasing Division 300 N. Park Avenue 2 "d Floor Suite 236 Sanford, Florida 32771 "T`OP Phone: 407.688.5028 or 50301 Fax: 407.688.5021 SANFORD rNANCE DEPA:M„6'41 INVITATION FOR BID (IFB) ONE (1) TIME PURCHASE TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES 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 thenty and d Sta st afor id this day of it,, f _, 4, RYDER BARRETT Notary Public - State of Florida . : County and State Aforementioned) Commission # GG 294771 (Notary F(Yblic�t6, and fortt re My Comm. Expires Jan 24, 2023 'A�, @@Mrrqr,7.WT expires: PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE w'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 2"1 Floor Suite 236 Sanford, Florida 32771 (if Of Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 SANFORD INVITATION FOR BID (IFB) ONE (1) TIME PURCHASE TITLE.RI`ER``^LK PH III GROUND MAINTENANCE SERVICES Section 00436 Florida Public Entity Crimes Statement SWORN STATEMENT UNDER SECTION 287'133(3)(a), FLORIDA STATUTES: THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. A. This sworn mmtemcrV is submitted with Bid, or Contract Number lFB 20/21-39 Riverwalk Ph lll Ground Maintenance Services- Riverwalk. B. This sworn statement — submitted '~ [Name of entity submitting sworn statement] and (if applicable) it's Federal Employer Identification Y4umher has no PB{N` include the Social Security Number n[the individual signing this sworn statement: C. My name is 1�±_Nl _v_Ie cc f\ -Q — and my relationship to the above is [Please print name of individual signing] D. { understand that u"pu6ic entity crime" oodefined iosection 287.|33(i)(g).Florida Statutes, means uviolation ofany state or federal law hyoperson with respect to and directly related uothe transaction of business with any public entity in Florida or with onagency orpolitical subdivision ofany other state orwith the United States, including, but not limited to, any bid mv contract for goods urservices Uobmprovided m any public entity oron agency orpolitical subdivision and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. E. | understand that "oonvicted"nr"convichon"uadefined insection 287.|33(0(h) Florida Statutes, mcunoafinding ufguilt ur a conviction of public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating 0ocharges brought by indictment oxinformation after July |, \98P`usuresult ofujury verdict, non -jury trial, or entry ofuplea of guilty ornolo contenders. R I understand that "affiliate" as defined in section 287.133)(1) (a), Florida Statutes, rneans: Apredecessor or successor oyuperson convicted ofupublic entity crime; m Anentity under the control of any natural person who isactive iuthe management ofthe entity and who has been convicted of public entity crime. The u:nn "affiliate" includes those officers, directors, cxcouiiveo, partners, shareholders, employees, members, and agents who are active in the management ofun affiliate. The ownership by one person ofshares constituting acontrolling interest in another person, orupooling ufequipment 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. /\person who knowingly enters into ujoint venture with opeoon who has been convicted *fa public entity crime in Florida during the preceding thirty-six (36) months shall be considered an G. | understand that u "person" as defined in ocokm 207.133(1) (u) Florida Statutes, means any natural person or entity organized under the laws ofany state orofthe United States *idhthu!cgu power toenter into ubinding 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 (otransact business with opuh|ic entity. The term "person" includes those officers, dirnctoo, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. U. Based on information and belief, the statement, which i have marked below, is true in relation to the m¢by submitting this sworn statement. (Please indicate with ucheck mark (,/)which statement app|iea . III TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES 11 K Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, i�—embers, or agents who is active in the management of the entity, nor any affiliate of the entity have been convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989, AND [Please indicate which additional statement applies]. There has been a proceeding concerning the conviction before a judge or hearing officer of the State of Florida, Division of Administrative Hearings, or a court of law having, proper jurisdiction. The final order entered by the hearing officer or judge did not place the person or affiliate on the convicted contractor list. [Please attach a copy of the final order.] The person or affiliate was placed on the convicted contractor list. There has been a subsequent proceeding before a court of law having proper jurisdiction or a judge or hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the judge or hearing officer determined that is was in the public interest to remove the person or affiliate from the convicted contractor list. [Please attach a copy of the final order.] The person or affiliate has not been placed on any convicted vendor list. [Please describe any action taken by or pending with the State of Florida, Department of Management Services.] By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Section 00436, Public Entity Crimes Statement, is truthful and correct at the time of submission. —:!Sc � C� C- X- � ) V Typed Name of AFFI-XNT Title STATE OF FL RID' COUNTY OF U A5lct — I HEREBY CERTIFY that on this day, before officer duly authorized to administer oaths and take acknowledgments, ye d 2 T� jsonal , apne�re - eo V) �e who is personally known to me or {4 who produced rJrJi L as identification and acknowledged before me that s/he executedk Jh- same. Sworn and subscribed before me, by by means of N physical presence or online notarization on the day of LW 2021, the said person did take an oath and was first duly sworn by me, on oaffi, said person, f Urthdr, 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 Coun 2021. day of RYDER BARRETT Notary Public - State of Florida (Notary Pu `'ie in*d for the County and State Aforementioned) Commission # GG My Comm. Expires Japt, COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE -Failur to submit this form may be grounds for disqualification of your submittal City of Sanford ( Finance Department I Purchasing Division 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 ``IYOF Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 SANFORD F I N A N C E 1)EPA ZZ7 W, EN INVITATION FOR BID (IFB) ONE (1) TIME PURCHASE III TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES 11 K Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, i�—embers, or agents who is active in the management of the entity, nor any affiliate of the entity have been convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989, AND [Please indicate which additional statement applies]. There has been a proceeding concerning the conviction before a judge or hearing officer of the State of Florida, Division of Administrative Hearings, or a court of law having, proper jurisdiction. The final order entered by the hearing officer or judge did not place the person or affiliate on the convicted contractor list. [Please attach a copy of the final order.] The person or affiliate was placed on the convicted contractor list. There has been a subsequent proceeding before a court of law having proper jurisdiction or a judge or hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the judge or hearing officer determined that is was in the public interest to remove the person or affiliate from the convicted contractor list. [Please attach a copy of the final order.] The person or affiliate has not been placed on any convicted vendor list. [Please describe any action taken by or pending with the State of Florida, Department of Management Services.] By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Section 00436, Public Entity Crimes Statement, is truthful and correct at the time of submission. —:!Sc � C� C- X- � ) V Typed Name of AFFI-XNT Title STATE OF FL RID' COUNTY OF U A5lct — I HEREBY CERTIFY that on this day, before officer duly authorized to administer oaths and take acknowledgments, ye d 2 T� jsonal , apne�re - eo V) �e who is personally known to me or {4 who produced rJrJi L as identification and acknowledged before me that s/he executedk Jh- same. Sworn and subscribed before me, by by means of N physical presence or online notarization on the day of LW 2021, the said person did take an oath and was first duly sworn by me, on oaffi, said person, f Urthdr, 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 Coun 2021. day of RYDER BARRETT Notary Public - State of Florida (Notary Pu `'ie in*d for the County and State Aforementioned) Commission # GG My Comm. Expires Japt, COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE -Failur to submit this form may be grounds for disqualification of your submittal TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES SECTION 00438 COMPLIANCE WITH THE PUBLIC RECORDS LAW AFFIDAVIT I. If and when the City of Sanford transmits records to the ContractorNendor which are exempt from public disclosure, the Contractor/Vendor shall execute an "Acknowledgement of Receipt of Exempt Public Records and Agreement to Safeguard" which will be provided with the exempt records. A sample form is attached for the bidder/proposer's information. 11. Upon award recommendation or 30 days after opening, it is understood that all submittals shall become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes, and Section 24(a), Article 1 of the Constitution of the State of Florida, and other controlling law (collectively the "Public Records Laws"). If the City of Sanford (City) rejects all replies submitted in response to a competitive solicitation and provides notice of its intent to reissue the solicitation, the replies remain exempt from disclosure until the City provides a notice of intent to award or withdraws the reissued solicitation. If no award is made, responses are not exempt for longer than 12 months after the initial notice rejecting all responses. Proposers/Bidders must invoke the exemptions to disclosure provided by law as applicable to the response to the solicitation, must identify the data or other materials to be protected, and must state the reasons why such exclusion from public disclosure is necessary. The submission of a proposal authorizes release of your firm's credit data to the City. If a Proposer/Bidder submits information exempt from public disclosure, the Proposer/Bidder must specifically and in detail identify with specificity which pages/paragraphs of their bid/proposal package are exempt from the Public Records Laws, identifying the specific exemption under the Public Records Laws that applies to each. The protected information must be submitted to the City in a separate envelope marked accordingly. By submitting a response to this solicitation, the Proposer/Bidder agrees to defend, indemnify and hold the City harmless in the event the City litigates the public records status of the Proposer's/Bidder's documents this provision including the obligation to pay the full legal costs of the City including, but not limited to, attorney's fees, court costs, and any and all other charges, regardless of what level of trial or appeal. 00438-1 City of Sanford I Finance Department I Purchasing Division n' Floor Suite 236 Sanford, Florida 327' 300 N. Park Avenue 2 71 :HOF SANFORD Phone: 407.688.5028 or 5030 Fax: 407.688.5021 INVITATION FOR BID (IFB) ONE (1) TIME PURCHASE TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES SECTION 00438 COMPLIANCE WITH THE PUBLIC RECORDS LAW AFFIDAVIT I. If and when the City of Sanford transmits records to the ContractorNendor which are exempt from public disclosure, the Contractor/Vendor shall execute an "Acknowledgement of Receipt of Exempt Public Records and Agreement to Safeguard" which will be provided with the exempt records. A sample form is attached for the bidder/proposer's information. 11. Upon award recommendation or 30 days after opening, it is understood that all submittals shall become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes, and Section 24(a), Article 1 of the Constitution of the State of Florida, and other controlling law (collectively the "Public Records Laws"). If the City of Sanford (City) rejects all replies submitted in response to a competitive solicitation and provides notice of its intent to reissue the solicitation, the replies remain exempt from disclosure until the City provides a notice of intent to award or withdraws the reissued solicitation. If no award is made, responses are not exempt for longer than 12 months after the initial notice rejecting all responses. Proposers/Bidders must invoke the exemptions to disclosure provided by law as applicable to the response to the solicitation, must identify the data or other materials to be protected, and must state the reasons why such exclusion from public disclosure is necessary. The submission of a proposal authorizes release of your firm's credit data to the City. If a Proposer/Bidder submits information exempt from public disclosure, the Proposer/Bidder must specifically and in detail identify with specificity which pages/paragraphs of their bid/proposal package are exempt from the Public Records Laws, identifying the specific exemption under the Public Records Laws that applies to each. The protected information must be submitted to the City in a separate envelope marked accordingly. By submitting a response to this solicitation, the Proposer/Bidder agrees to defend, indemnify and hold the City harmless in the event the City litigates the public records status of the Proposer's/Bidder's documents this provision including the obligation to pay the full legal costs of the City including, but not limited to, attorney's fees, court costs, and any and all other charges, regardless of what level of trial or appeal. 00438-1 TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES -- - -------------- Proposer/Bi O�r Z Sig r@oWof--A'ed Representative (Affiant) date I C�, V -N 4 C�cAlrV2— PC e"I I C:e1+ Printed or Typed Name and Title of Authorized Representative (Affiant) STATE OF FLORIDA COUNTY OF (1,J105,10( I HEREBY CERTIFY that on this day, beforee anfficer duly authorized to administer oaths and take acknowledgments, VeTsona�ll app�qred '�o r,>,v I 1j, pe-o"h'p— { } who is personally known to me or {X'who produced -1-1 0 a, �- as identification and acknowledged before me that s/he executed R t, same. Sworn and subscribed before me, by P kj -42_ I by means of {* physical presence or online notarization on the "73(Z day of d LA U,-- 2021, 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 Count d State last aforteaid t�his,3.�day of CA 2021. /17 -N City of Sanford I Finance Department I Purchasing Division Notary Public - State of Florid 300 N. Park Avenue 2"' Floor Suite 236 Sanford, Florida 32771 Commission » GG 294771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 SAN FORD INVITATION FOR BID (IFB) ONE (1) TIME PURCHASE TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES -- - -------------- Proposer/Bi O�r Z Sig r@oWof--A'ed Representative (Affiant) date I C�, V -N 4 C�cAlrV2— PC e"I I C:e1+ Printed or Typed Name and Title of Authorized Representative (Affiant) STATE OF FLORIDA COUNTY OF (1,J105,10( I HEREBY CERTIFY that on this day, beforee anfficer duly authorized to administer oaths and take acknowledgments, VeTsona�ll app�qred '�o r,>,v I 1j, pe-o"h'p— { } who is personally known to me or {X'who produced -1-1 0 a, �- as identification and acknowledged before me that s/he executed R t, same. Sworn and subscribed before me, by P kj -42_ I by means of {* physical presence or online notarization on the "73(Z day of d LA U,-- 2021, 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 Count d State last aforteaid t�his,3.�day of CA 2021. /17 -N RYDER BARRETT Notary Public - State of Florid Commission » GG 294771 My Comm. Expires Jan 24, 2023 ry Public4fi-and for the County and State Aforementioned) 00438-2 END OF SECTION City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2°d Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.50217 f SANFORD INVITATION FOR BID (IFB) ONE (1) TIME PURCHASE III TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES I State the true, exact, correct and complete name of the company, partnership, corporation, trade or fictitious name under which the Bidder does business and the address of the place of business. Name of Bidder 1/_ cKA �cfd 1) r u-) tib Q 1,j�q o I -i s i 1 gfug�Dso�-Acvn �y Address of Bidder Phone No. of Bidder Bidder E -Mail Address Bidder's Contractor's License No(s) (As issued by the Florida Dept. Licensing Board) Business and Professional Regulation Construction Industry The Bidder is (check one of the following): )An Individual )A Partnership (4 A Corporation Principal Office Address: J(,-)0j1c(d�Tk 40YIa F _+ If Bidder is a corporation, answer the following: Date of Incorporation: State of Incorporation: President's Name: 3ctf a h J, b anE Vice President's Name: 2. If Bidder is an individual or a partnership, answer the following: Date of Organization: Name, Address and Ownership Units of all Partners: City of Sanford I Finance Department I Purchasing Division 75777 7-74-7---111111 -5-,4 75377 71 300 N. Park Avenue 2"1 Floor Suite 236 Sanford, Florida 327' Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 SANFORD rNANCE D0,11101iNIEW INVITATION FOR BID (IFB) ONE (1) TIME PURCHASE TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES State whether general or limited partnership: 3. If Bidder is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: /V/4- 4. If Bidder is operation under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. Information attached: Yes 1�( N/A 5. How many years has the Bidder been in business as a Contractor under its present name? 5 yec<<5 6. Under what other former names has the Bidder operated? 7. How many years' experience in construction work has the Bidder had as a Prime Contractor? /J'- 8. Please refer to and complete Attachment "C" — References. 9. Has the Bidder ever failed to complete any work awarded to it? If so, state when, where and why (attach additional sheets as necessary). Coyltiact -C�4t-u3 c)(' ()c�,3iWcj( jui)e 2()1-1 , canbc.,cf mana ger &d Y)C)t ComI L Wk, tv, Of I 1�trlak -v-Zi(nt, ay -10 C(>-)di'i4GaS Of COy-ktfCjLC+ CLVAT LOLttO v-tc,--t cacoLkD fb,( CtOdi'ficricd PCLLt f6c 10. Has any officer or partner of your organization ever been an officer or partner of some other organization that failed to complete a construction contract? If so, state name of individual, name of other organization, and reason therefore (attach additional sheets as necessary). 11. State the names, addresses and the type of business of all firms that owned by the Bidder (attach additional sheets as necessary): 1;0c c+h-et-� euyl-c- C�-rou�-p .1 r) c, 1100 f2 Ud Pfd 3 �? 2> y 12. What is the Bidder's bonding capacity? MIR are partially or wholly 7:)e tic�ja -FL 13. What amount of the Bidder's bonding capacity has been used as of the date of this bid? 0 Ii"R 14. State the name of the Surety Company which will be providing the Performance and Payment Bond, and name and address of the Agent: A) JPr 15. Has the Bidder been in disputes or litigations in the last five (5) years over construction projects which are completed or still pending for completion? If so, describe the nature of the disputes or litigations and state the Owner's Name, Address, Telephone, and amount of disputes or litigations (attach additional sheets as necessary). N I n - The Bidder acknowledges and understands that the information contained in response to this qualifications form shall be relied upon by the City in awarding the contract and such information is warranted by Bidder to be true. The discovery of any omission or misstatement that materially affects the Bidder's qualifications to perform under the contract shall cause the City to reject the bid or proposal, and if after the award to cancel and terminate the award and/or contract. Name of Bidd Sio"&fe at of AutVarzed Representative (Affiant) X. Printed or Typed Name and Title of Authorized Representative (Affiant) City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2"1 Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 50301 Fax: 407.688.5021 . . . . . . SANFORD HN.",NCE INVITATION FOR BID (IFB) ONE (1) TIME PURCHASE TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES 11. State the names, addresses and the type of business of all firms that owned by the Bidder (attach additional sheets as necessary): 1;0c c+h-et-� euyl-c- C�-rou�-p .1 r) c, 1100 f2 Ud Pfd 3 �? 2> y 12. What is the Bidder's bonding capacity? MIR are partially or wholly 7:)e tic�ja -FL 13. What amount of the Bidder's bonding capacity has been used as of the date of this bid? 0 Ii"R 14. State the name of the Surety Company which will be providing the Performance and Payment Bond, and name and address of the Agent: A) JPr 15. Has the Bidder been in disputes or litigations in the last five (5) years over construction projects which are completed or still pending for completion? If so, describe the nature of the disputes or litigations and state the Owner's Name, Address, Telephone, and amount of disputes or litigations (attach additional sheets as necessary). N I n - The Bidder acknowledges and understands that the information contained in response to this qualifications form shall be relied upon by the City in awarding the contract and such information is warranted by Bidder to be true. The discovery of any omission or misstatement that materially affects the Bidder's qualifications to perform under the contract shall cause the City to reject the bid or proposal, and if after the award to cancel and terminate the award and/or contract. Name of Bidd Sio"&fe at of AutVarzed Representative (Affiant) X. Printed or Typed Name and Title of Authorized Representative (Affiant) S,;�NFQRD City of Sanford I Finance Department Purchasing Division 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 '1105' INVITATION FOR BID (IFB) ONE (1) TIME PURCHASE III TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES 11 SECTION 00442 RECEIPT OF EXEMPT PUBLIC RECORDS AND AGREEMENT TO SAFEGUARD The below named is the recipient of certain documents and by signing this document agrees and acknowledges that, in accordance with the provisions of Chapter 119, Florida Statutes, and Section 24(a), Article 1 of the Constitution of the State of Florida, and other controlling law (collectively the "Public Records Laws"), any and all documents such as, by way of example only and not as a limitation, building plans, blueprints, schematic drawings and diagrams, regardless of the status of the documents (draft, preliminary or final) which depict the internal layout and structural elements of a proposed or existing public building, arena, stadium, water treatment facility, wastewater treatment facility, or other structure owned or operated by the City of Sanford (City) that have been provided to the recipient by the City are exempt from the Public Records Laws. The recipient hereby acknowledges its obligation to maintain the exempt status of this information and agrees to fully maintain, in every respect, the exempt status of the documents and protect and safeguard the documents from public dissemination. The recipient recognizes that the purpose of this exemption is to protect the City, its citizens and the general public from acts of terrorism. The statement of the recipient made herein includes binding representations with regard to the following persons and entities, without limitation: all subcontractors (potential or contracted) of recipient, all employees, agents, officers and any other persons associated with recipient. The recipient shall ensure that all said persons and entities are advised of and agree to protect the exempt nature of the above referenced documents and to safeguard same prior to permitting any of the above said persons or entities to have access to the referenced documents. The recipient may use the referenced documents to make bids upon an exempt City project in coordination with such persons and entities, provided recipient ensures that the exempt status and control of the documents is protected. The following list of examples of the specific documents, provided to the recipient as documented below, which are exempt from the Statutes indicated and as provided above: 1. 014 2. 3. 4. AGREED IN EVERY RESPECT WITHOUT QUALIFICATION: 00442-1 City of Sanford � Finance Department (Purchasing Division 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 (j'R"^j�' �j-^�1 �{'y[ gp��y SO Phone: 407.688.5028 or 5030 j Fax: 407.688.5021 D INVITATION FOR BI0,11 ONE (1)TIME PURCHASE "'4`E"E' ��.�'I"' '" TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES Recipient: S' ure Date Printed or Typed Name and Title Representing: t11k7 5kt C)-Ot.: !61 e � Name of Company Company Address Phone No. 00442-2 END OF SECTION (IFB) ONE (1)TIME PURCHASE TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES N1 TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES 11 SECTION 00450 CERTIFICATION OF NON -SEGREGATED FACILITIES FORM The Bidder certifies that no segregated facilities are maintained and will not be maintained during the execution of this contract at any of its establishments. The Bidder further certifies that none of its employees are permitted to perform their services at any location under the Bidder's control during the life of this contract where segregated facilities are maintained. The Bidder certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. As used in this certification, the term "segregated facilities" means any waiting rooms, work area, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color or national origin, because of habit, local custom, or otherwise. The Bidder agrees that (except where it has obtained identical certification from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontract exceeding $10,000 and that it will retain such certifications in its files. Name of BWLder Representative 7131.2-1 Date L Printed or Typed Name and Title of Authorized Representative END OF SECTION City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2"1 Floor Suite 236 Sanford, Florida 32771 SANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 rNAt4CE DEPARTMIENT INVITATION FOR BID (IFB) ONE (1) TIME PURCHASE N1 TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES 11 SECTION 00450 CERTIFICATION OF NON -SEGREGATED FACILITIES FORM The Bidder certifies that no segregated facilities are maintained and will not be maintained during the execution of this contract at any of its establishments. The Bidder further certifies that none of its employees are permitted to perform their services at any location under the Bidder's control during the life of this contract where segregated facilities are maintained. The Bidder certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. As used in this certification, the term "segregated facilities" means any waiting rooms, work area, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color or national origin, because of habit, local custom, or otherwise. The Bidder agrees that (except where it has obtained identical certification from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontract exceeding $10,000 and that it will retain such certifications in its files. Name of BWLder Representative 7131.2-1 Date L Printed or Typed Name and Title of Authorized Representative END OF SECTION City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2"1 Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 Fax: 407.688.5021 3ANFORD !:INANCE DEP"MMVO INVITATION FOR BID (IFB) ONE (1) TIME PURCHASE 11 TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES 11 SECTION 00462 fj11 i 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? Ne (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? /U 0 (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. a ALS fn Siq!50re of S�,/ a, i) Representative WAWA Printed or Typed Name and Title of Authorized Representative END OF SECTION City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2"' Floor Suite 236 Sanford, Florida 32771 i OF Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 S.ANFORD 1'1N;' E DEPAR! tAENT INVITATION FOR BID (IFB) ONE (1) TIME PURCHASE 11 TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES 11 STATE OF FLqRjD COUNTY OF I ZQtL to I HEREBY CERTIFY that on this day, before me, an o ic . r uy Puthorized to administer oaths and take acknowledgments, personally ap e red who is produced TCT personally known to me or 0 who pi arIas identification and acknowledged befpr)e me that s/he executed the same. Sworn and subscribed before me, by j —5r ) � by means of physical presence or online notarization on the Yu day of Jut 2021, the said person did take an oath and was first duly sworn by me, on oath, said Pers n, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESmy hand and official se i e C9wty antate last aforesaid thisSPjday of 2021. (Notary Public in and foOlthe �&fnfy- and Staf-e Aforementioned) My commission expires: C4 rl LLI�A SEAL / PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE -Failure to submit this form may be grounds for disqualification of your submittal -w END OF SECTION RYDER BARRETT Notary Public -Stake of Florida Commission 4 GG 294771 My Comm. Expires Jan 24, 2023 City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2n' Floor Suite 236 Sanford, Florida 32771 SANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021INVITATION FOR BID (IFB)ONE (1) TIME PURCHASE TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES SECTION 00454 DRUG FREE WORKPLACE CERTIFICATION When applicable, the drug-free certification form below must be signed and returned with the IFB response. In order to have a drug-free workplace program, a business shall: A. Publish a sbabannant notifying employees that the unlawful mgnufacture, distribution, dispensing, possession, or use of controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations ofsuch prohibition. B. Inform employees about the dangers ofdrug abuse inthe workplace,the business' policy o[maintaining adrug- free workplace, any available drug oounae|inQ, nehabi|itaton, and employee assistance prognams, and the penalties that may beimposed upon employees for drug abuse violations. C. Give each employee engaged in providing the commodities nrcontractual anminen that are underbid anopy of the statement specified in the first paragraph. O.|nthe statement specified in the first paragraph, notify the employees that, asacondition 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 Gbatuhao, orofany controlled substance law of the United States or any sbyhe, for a violation occurring in the workplace nolater than five (5)days after such conviction. E. Impose e sanction on, or require the satisfactory participation in, m 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 d through implementation of the foregoing provisions. Bvthe eignmture(s)below, |/we.the undersigned, asauthorized signatorytocommit the firm, certify that the information am Typed Name of AFFIANT Title STATE OF FLOR , lIDA COUNTY OF --U (U5 ICA I HEREBY CERTIFY that on this day, before me, an offiTr duly authorized to administer oaths and take acknowledgments, personally a ear d who is personally known to me or { } who produced 1-10 1 0 as identification and a � nowleed b f T re me that s/he executed the same. Sworn and subscribed before me, by 9 -� enr7e- by means of t4 physical presence or online notarization on the :36(J day of 2021, the said person did take an oath and was first duly sworn by me, on oath, said persoh, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS hand and official seall in he7' 2021. (Notary Public in and for SEAL My commission expires: and State Aforementioned) 0 f) U" zq�'. ZOZ3 last aforesaid this 3(�-'day of RYDER BARRETT Notary Public - State of Florida Commission # GG 294771 My Comm. Expires Jan 24, 2023 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE — (if applicable) City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2"`' Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 3ANFORD RNANCE DEPARTMENT INVITATION FOR BID (IFB) ONE (1) TIME PURCHASE TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES STATE OF FLOR , lIDA COUNTY OF --U (U5 ICA I HEREBY CERTIFY that on this day, before me, an offiTr duly authorized to administer oaths and take acknowledgments, personally a ear d who is personally known to me or { } who produced 1-10 1 0 as identification and a � nowleed b f T re me that s/he executed the same. Sworn and subscribed before me, by 9 -� enr7e- by means of t4 physical presence or online notarization on the :36(J day of 2021, the said person did take an oath and was first duly sworn by me, on oath, said persoh, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS hand and official seall in he7' 2021. (Notary Public in and for SEAL My commission expires: and State Aforementioned) 0 f) U" zq�'. ZOZ3 last aforesaid this 3(�-'day of RYDER BARRETT Notary Public - State of Florida Commission # GG 294771 My Comm. Expires Jan 24, 2023 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE — (if applicable) City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 ,SANFORD I N A! �(. E, rAYAO i MEN i INVITATION FOR BID (IFB) ONE (1) TIME PURCHASE III TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES 11 SECTION 00455 CERTIFICATION REGARDING NON -SCRUTINIZED COMPANIES A company is ineligible to, and may not, bid on, submit a proposal for, or enter into or renew a contract with an agency or local governmental entity for goods or services of any amount if, at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, Florida Statutes, or is engaged in a boycott of Israel. Section 287.135, Florida Statutes, prohibits local governments from contracting with companies, for goods or services of One Million and 00/100 Dollars ($1,000,000.00) or more that are on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to s. 215.473; or is engaged in business operations in Cuba or Syria. As the person authorized to sign on behalf of the Bidder, I hereby certify that the company identified below in the section entitled "Bidder/Contractor Name" is not listed on the Scrutinized Companies that Boycott Israel List, is not engaged in any boycott of Israel, is not listed on the Scrutinized Companies with Activities in Sudan List, is not listed on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, and is not engaged in business operations in Cuba or Syria. I understand that pursuant to section 287.135, Florida Statutes, the submission of a false certification may subject the successful Bidder to termination of the awarded Agreement, civil penalties, attorney's fees, and/or costs. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in this certification, is truthful and correct at the time of submission. Name of Bidder / Contractor Name Mailing Address 9 --IR Phone No. Fax No. E -Mail Address Representative Z2z� 01 Date " lee " C A Sa,r� J I Printed or Typed Name and Title of Authorized Representative END OF SECTION TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES SECTION 00456 UNAUTHORIZED (ILLEGAL) ALIEN WORKERS AFFIDAVIT The City of Sanford will not intentionally award publicly -funded contracts to any Contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a(e) Section 274A (e) of the Immigration and Nationally Act (INA). The City of Sanford shall consider the employment by the Contractor of unauthorized aliens, a violation of Section 274A (e) of the INA. Such violation by the Contractor of the employment provisions contained in Section 274A (e) of the INA shall be grounds for immediate termination of this Agreement by the City of Sanford. The Affiant identified below deposes and states that: 1 The below identified Contractor does not and will not during the performance of any contract resulting from the solicitation identified below employ illegal alien workers or otherwise violate the provisions of the federal Immigration Reform and Control Act of 1986. 2. Upon request of the City, it will provide copies of Immigration Form 1-9 for each person associated with the above named company who has been or is present at the designated jobsite associated with any work or project resulting from this solicitation. Contractor!V,�, N7 Sire of A*ojrZed Representative (Affiant) Date Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF STATE OF FLORIDA On this day of State of Florida, personally appealed is/are subscribed to the within instrument, WITNESS my hand and official seal. He]She,, %Celt'J as identittlatioi (Notary PublW in SEAL City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2"' Floor Suite 236 Sanford, Florida 32771 U I y OF Phone: 407.688.5028 or 5030 Fax: 407.688.5021 My Comm. Expires Jan 24 20 i3 ANFORD E PARrMt.r4T FINANCVA INVITATION FOR BID (IFB) ONE (1) TIME PURCHASE TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES SECTION 00456 UNAUTHORIZED (ILLEGAL) ALIEN WORKERS AFFIDAVIT The City of Sanford will not intentionally award publicly -funded contracts to any Contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a(e) Section 274A (e) of the Immigration and Nationally Act (INA). The City of Sanford shall consider the employment by the Contractor of unauthorized aliens, a violation of Section 274A (e) of the INA. Such violation by the Contractor of the employment provisions contained in Section 274A (e) of the INA shall be grounds for immediate termination of this Agreement by the City of Sanford. The Affiant identified below deposes and states that: 1 The below identified Contractor does not and will not during the performance of any contract resulting from the solicitation identified below employ illegal alien workers or otherwise violate the provisions of the federal Immigration Reform and Control Act of 1986. 2. Upon request of the City, it will provide copies of Immigration Form 1-9 for each person associated with the above named company who has been or is present at the designated jobsite associated with any work or project resulting from this solicitation. Contractor!V,�, N7 Sire of A*ojrZed Representative (Affiant) Date Printed or Typed Name and Title of Authorized Representative (Affiant) COUNTY OF STATE OF FLORIDA On this day of State of Florida, personally appealed is/are subscribed to the within instrument, WITNESS my hand and official seal. He]She,, %Celt'J as identittlatioi (Notary PublW in SEAL My commission expires RYDER BARRETT Florida Notary Public State of Commission GG 294771 ]2023 My Comm. Expires Jan 24 20 201 1 before me, the undersigned Notary Public of the whose name(s) and he/she/they acknowledge that he/she/ hey executed it. s personally known toy or has produced C. V the Ccibnty and State Aforementioned) 2 '4 City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2"1 Floor Suite 236 Sanford, Florida 32771 .. .... . .. Phone: 407.688.5028 or 5030 Fax: 407.688.5021 "N' SANFORD INVITATION FOR BID (IFB) ONE (1) TIME PURCHASE 11 TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES 11 SECTION 00458 E -VERIFY COMPLIANCE AFFIDAVIT The Affiant identified below attests and agrees to the following: That the Contractor is currently in compliance with and throughout the term of the above identified project and will remain in compliance with all controlling law requiring the use of the Department of Homeland Security's Status Verification ("E -Verify") System to ensure that all employees of the Contractor and the Contractor's subcontractors performing work under the above -listed Contract are legally permitted to work in the United States. 2. Each Contractor that performs work under the Project referenced above shall provide the City of Sanford, Florida, a copy of the "Edit Company Profile" screen and any other information required by the City proving, to the satisfaction of the City, enrollment in the E -Verify Program and compliance with controlling law. 3. The Contractor will register and participate in the work status verification for all newly hired employees of the Contractor and for all subcontractors performing work on the above-named Contract. 4. The Contractor agrees to maintain records of its compliance with the verification requirements as outlined in this Affidavit and, upon request of the any authority having jurisdiction over the Project, including, but not limited to, the United States government and the State of Florida, as well as any and all law enforcement agencies of whatever jurisdiction, type of nature, and to provide a copy of each such verification to that authority as well as the City. 5. That all persons assigned by the Contractor or its subcontractors to perform work under the above identified Project will meet the employment eligibility requirements as established by the Federal Government and the government of the State of Florida. 6. That the Contractor understands and agrees that its failure to comply with the verification requirements as set forth herein or its failure to ensure that all employees and subcontracts performing work under the above -identified Project are legally authorized to work in the United States and the State of Florida constitute a breach of contract for which the City may immediately terminate the Contract with the City without notice and without penalty. The Contractor further understands and agrees that in the event of such termination, the Contractor shall be liable to the City for any and all costs incurred by the City, in any context whatsoever, as a result of the Contractor's breach. 7. The Contractor shall obtain and maintain current affidavits providing proof, to the satisfaction of the City, that each subcontractor has complied with the requirements set forth herein and all controlling law. 8. Specifically, with regard to employment eligibility, the Contractor recognizes and agrees that, upon entering a Contract with the City (to include, but not be limited to, the provision of goods or services under a City purchase order or work order), that the Contractor is obligated to comply with the provisions of Section 448.095, Florida Statutes, entitled "Employment Eligibility", which obligation includes, but is not limited to, utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. Failure of the City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 I . . . . . . . . . . Phone: 407.688.5028 or 5030 Fax: 407.688.5021 oANFORD INVITATION FOR BID (IFB) ONE (1) TIME PURCHASE TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES Contractor to comply will lead to termination of the Contract with the City, or if a subcontractor knowingly violates the statute, the Contractor must immediately terminate their subcontract with the subcontractor. Any challenge to termination under this provision must be filed in the Circuit Court no later than 20 calendar days after the date of termination. If the Contract with the City is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination and the City will advise any person desiring to be advised of such termination and make such termination a public record available under controlling law for inspection and copying and otherwise available as the City determines in its sole discretion. 9. That for the purposes of this Affidavit, the following definitions apply: "Employee" - Any person who is hired to perform work in the State of Florida. "Status Verification System" - The procedures developed under the Illegal Immigration Reform and Immigration Responsibility Act of 1996, as amended, implemented by the United Stated Department of Homeland Security, or its successor or associated agency, and known as the "E -Verify Program", or any successor electronic verification system that may replace the E -Verify Program. "Subcontractor" - Any person or entity, whether a subvendor/subcontractor/subconsultant, by whatever name or type or description, assisting the Contractor in the performance of the Contract with the City. 10. The obligations set forth herein are continuing in nature, type, effect and scope. 11. The undersigned signatory, under penalty of perjury, affirms that she/he has the plenary authority to bind the Contractor to the provisions hereof. CYU J A -ern ::Xknsk p Contractor Printed Name �ca-66re of Akhbeiized Representative (Affiant) at Printed or Typed Name STATE OF FLORID COUNTY OF UA.05(o I HEREBY CERTIFY that on this day, b take acknowledgments4 -11 'gjore m1e, p I fficer duly authorized to administer oaths and , ?rsonalyanneared -e-On P- { } who is personally known to me or N'who produced F14- , Xt nL —" as identification and swore and acknowledged before me, under oath , tS tat /he executed the same. Sworn and subscribed before me, by <rjC�Zot S )) C4 �1 Jp- --'-I I by means of �1 physical presence or { } online notarization on the 24'v day of \, - ) tj kJ 2021, the said person did take an oath and was first duly sworn by me, on oath`, said person, furthd, deposing and saying that s/he has read the foregoing and that the statements contained herein all of which are true and correct. City of Sanford I Finance Department I Purchasing Division ,0– 300 N. Park Avenue 2"' Floor Suite 236 Sanford, Florida 32771 CTYOF Phone: 407.688.5028 or 5030 Fax: 407.688.5021 FORD A ,j-cx.N ' I INVITATION FOR BID (IFB) ONE (1) TIME PURCHASE TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES WITNESS my hand and official seal in 2021. State last afobjp6d this `� day of RYDER BARRETT f Florida Notary Public - State of Florida Commission # GG 294771 Ota P#ic' in and for the County and State Aforementioned My Comm. Expires Jan 24, 2023 AL — My commission expires: Z. -w'Failure to submit this form may be grounds for disqualification of your submittal -w END OF SECTION City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 211 Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 VN SANFORD P INVITATION FOR BID (IFB) ONE (1) TIME PURCHASE TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES SECTION 460 Americans With Disabilities Act Affidavit By executing this Certification, the undersigned CONTRACTOR certifies that the information herein contained is true and correct and that none of the information supplied was for the purpose of defrauding the City of Sanford (CITY). The CONTRACTOR will not discriminate against any employee or applicant for employment because of physical or mental handicap in regard to any position for which the employee or applicant for employment is qualified. The CONTRACTOR agrees to comply with the rules, regulations and relevant orders issued pursuant to the Americans with Disabilities Act (AFA), 42 USC s. 12101 et seq. It is understood that in no event shall the CITY be held liable for the actions or omissions of the CONTRACTOR or any other party or parties to the Agreement for failure to comply with the ADA. The CONTRACTOR agrees to hold harmless and indemnify the CITY, its agents, officers or employees from any and all claims, demands, debts, liabilities or causes of action of every kind or character, whether in law or equity, resulting from the CONTRACTOR's acts or omissions in connection with the ADA. SOCk44<�/'\rl SL/,nS)- )nj5 C-,- rO [ OC Contractor re of Auth&r6b Representative (Affiant) Date Printed or Typed Name and Title of Authorized Representative (Affiant) STATE OF 171- 1 COUNTY OFUC)4,1510 I HEREBY CERTIFY that on this day, befTe me, oaths and take nr,k-nnwlPririmt=ntQ personally appeared I personally known to me or M who produced acknowledged before me that officer duly authorized to administer { } who is as identification and s/he execq , teck , the same. Sworn and subscribed before me, by f� a i by means of physical presence or day of online notarization on the J 2021, the said person did take an oath and was first duly sworn by me, on oath, said pers6n, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS imy(' hand and official seal in.,e e unty and Sta last aforesaid this3 �:Jday of $2021. 7 (Notary Public ih/and for the County and State Aforementioned) City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 IY `'` Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 ,kl i QRD ":E' ' ' E`�` INVITATION FOR BID (IFB) ONE (1) TIME PURCHASE �!.'.... TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES SECTION 00462 FINANCIAL INFORMATION FORM If requested by the City of Sanford, the following information is to be provided by the Bidder as part of the City's evaluation of the Bidder after Bids have been received by the City: 2 Bank References: Name of Bank Bank Address Contact Name and Title Contact Phone No. ova rq C(N I (1 39 71.5-511 Attach a financial statement including Bidder's latest balance sheet and income statement showing the following items: A. Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials, real estate, stocks and bonds, equipment, furniture and fixtures, inventory and prepaid expenses). B. Net Fixed Assets C. Other Assets D. Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, accrued salaries, real estate encumbrances and accrued payroll taxes) E. Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings) ;1 City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2°' Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) ONE (1) TIME PURCHASE TITLE: RIVERWALK PH III GROUND MAINTENANCE SERVICES F. State the name of therm preparing the financial statement and date thereof: �C? G. This financial statement must be for the identical organization named on page one. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent, subsidiary). Please note, that the City of Sanford reserves the right to reject financial statement(s) submitted by other than the organization named on page one. 3. State the names and addresses of all businesses and/or individuals who own an interest of more than five percent (5%) of the Bidder's business and indicate the percentage owned of each such business and/or individual: Name Address Percentage Owned Sarah V- Ca.c'tQ. itoo acdfb(d Or. Qe iftWce t �:L 1�0 7 3 0 C/0 Bidder Representative U Printed or Typed Name and Title of Authorized Representative END OF SECTION Volusia County Business Tax Receipt Issued pursuant to F.S. 205 and Volusia County Code of Ordinances Chapter 114-1 by: Volusia County Revenue Division .123 W Indiana Ave, Room 103, Deland, FL 32720 — (386) 736-5938 Volusia Clount FLORIDA BUSINESS TYPE Account# 201810240002 Expires: September 30, 2021 Business Location: 1100 RADFORD DR Business Name: SOUTHERN SUNSHINE GROUP INC Owner Name: SARAH KEANE Mailing Address: 1100 RADFORD DR DELTONA, FL 32738 REQ Doc # CODE COUNT TAX —-1 --- %jc! V;ue 471 8 $54.00 V This receipt indicates payment of a tax, which is levied for the privilege of doing the type(s) of business listed above within Volusia County. This receipt is non -regulatory in nature and is not meant to be a certification of the holder's ability to perform the service for which he is registered. This receipt also does not indicate that the business is legal or that it is in compliance with State or local laws and regulations. a The business must meet all County and/or Municipality planning and zoning requirements or this Business Tax Receipt may be revoked and all taxes paid would be forfeited. a The information contained on this Business Tax Receipt must be kept up to date, Contact the Volusia County Revenue Division for instructions on making changes to your account. THIS PORTION OF THE BUSINESS TAX RECEIPT MUST BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS Volusia County Business Tax Receipt Revenue Division -123 W Indiana Ave, Room 103, Deland, FL 32720 — 1120a -7 DATE PAID: 1 -jo-OZ7,50 RECEIPT #: TOTAL TAX: 07/2212020 WWWA 9-0040540 54.00 PENALTY: 0.00 TOTAL PAID: 54.00 �������2If �0i{�1I���8�i��1��1�0���ll'i4�il���i���������11��������� Business Name: SOUTHERN SUNSHINE GROUP INC Owner Name: SARAH KEANE Mailing Address:1 100 RADFORD DR DELTONA, FL 32738 A -count F 2011310240002 Expires:September 30, 2021 Business Location: 1100 RADFORD DR PLEASE DETACH THIS PORTION OF THE BUSINESS TAX RECEIPT FOR YOUR RECORDS 2020 FLORIDA PROFIT CORPORATION REINSTATEMENT DOCUMENT# P17000005390 Entity Name: SOUTHERN SUNSHINE GROUP, INC Current Principal Place of Business: 1100 RADFORD DR DELTONA, FL 32738 Current Mailing Address: 1100 RADFORD DR DELTONA, FL 32738 US FEI Number: 38-4024616 Name and Address of Current Registered Agent: KEANE, SARAH J 1100 RADFORD DR DELTONA, FL 32738 US FILED Sep 29, 2020 Secretary of State 6217987441CR 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: SARAH J. KEANE 09/29/2020 Electronic Signature of Registered Agent Date Officer/Di rector Detail Title PRES Name KEANE, SARAH J Address 1100 RADFORD DR City -State -Zip: DELTONA FL 32738 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: SARAH J KEANE Electronic Signature of Signing Officer/Director Detail PRESIDENT 09/29/2020 Date ARV VEHICLE OR EQUIPMENT CERTIFICATE OF INSURANCE TE(M ODrMY) MODEL D4%1 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. This form is used to report coverages provided to a single specific vehicle or equipment. Do not use this form to report liability coverage provided to multiple vehicles under a single policy. Use ACORD 25 for that purpose. PRODUCER NAMEAGT JOCEY MORALES Std$EFarM IAN MARKOWITZ STATE FARM AIC NNb Ex# : 386-218-6888 JFAX C No 3140 HOWLAND BLVD (10510io E-MAIL D ADDRESS: JOCEY C ELTONASF.COM SUITE loo PRODUCER CUSTOMER ID #: DELTONA, FL 32725 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A: State Farm Fire and Casualty Company 25143 SOUTHERN SUNSHINE GROUP INC. INSURERS: 1100 RADFORD DR INSURER C: DELTONA, FL 32725 INSURER 0: INSURER E : DESCRIPTION OF VEHICLE OR EQUIPMENT YEAR MAKE/ MANUFACTURER MODEL BODY TYPE VEHICLE IDENTIFICATION NUMBER 2006 1 CHEVROLET VV4SO42 UTIL TRK J8BC4Ji6967002203 DESCRIPTION VEHICLEJEOUIPMENT VALUE SERIAL NUMBER X VEHICLE LIABILITY LOAN t LEASE NUMBER 3ANFORD, FL 32171-7899 COVERAGES CERTIFICATE NUMBER: RI=Vit41r1N NIIMRPR- THIS IS TO CERTIFY THAT THE POLICY(IES) OF INSURANCE LISTED BELOW HAS/HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD(S) 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 POLICY(iES) DESCRIBED HEREIN IS/ARE SUBJECT TO ALL. THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICY(IES). INSRADD'L LTR INSRD 'TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMIDOtYYYY) POLICY EXPIRATION DATE (MWDDIYYYY) LIMITS CITY OF SANFORD LENDER'S LOSS PAYEE X VEHICLE LIABILITY LOAN t LEASE NUMBER 3ANFORD, FL 32171-7899 COMBINED SINGLE LIMIT $ REPRESENTATIVE r J33 0535-C18-59 -001 03J18f2021 09/1812021 B0DILYINJURY (Per person) $ 1,000,000 BODILY INJURY (Per accident) S 1.000,000 PROPERTY DAMAGE $ 1,000.000 I GENERAL LIABILITY EACH OCCURENCE S OCCURRENCE GENERALAGGREGATE & v CLAIMS MADE 5 INSR Loss POLICY EFFECTIVE POLICY EXPIRATION LTR PAYEE TYPE OF INSURANCE POLICY NUMBER DATE (MMIDDrrfYY) DATE (MMIDDIYYYY) LIMITS I DEDUCTIBLE x VEH COLLISION LOSS J33 0535-018-59 -009 03l1812021 09118!2021 Q ACV ❑ AGREEDAMT $ LIMIT ❑ ❑ STATED AMT S 1,000 DED X VEH COMP HVEH OTC J33 0535-C18.59 -001 03/1812021 09/18!2021 ❑ ACV ❑ AGREED AMT ❑ ❑ STATED AMT S LIMIT 5 1,000 DED EQUIPMENT ❑ ACV CI AGREED AMT BASIC BROAD ❑ RC F1 STATED AMT 5 LIMIT SPECIAL S OED -� X PERSONAL INJURY J33 0535-C18-59 -001 03118/2021 09/18/2021 REMARKS (INCLUDING SPECIAL CONDITIONS I OTHER COVERAGES) (Attach ACORD 101, Additional Remarks Schedule, It more space Is required) ADDITIONAL INTEREST CANCELLATION Select one of the following: SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED X The additional interest described below has been added to the poldy(ios) listed heroin by policy numbtr(s). BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE A request has been submitted to add the additional interest described below 10 Ute pohcy(ios) DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Nste d herein hy VoIcyenherf s VEHICLE / EQUIPMENT INTEREST: LEASED FINANCED DESCRIPTION OF THE ADDITIONAL INTEREST ^ ADDITIONAL INSURED LOSS PAYEE NAME AND ADDRESS OF ADDITIONAL INTEREST CITY OF SANFORD LENDER'S LOSS PAYEE 300 N PARK AVE LOAN t LEASE NUMBER 3ANFORD, FL 32171-7899 REPRESENTATIVE IAUTHORIZED C—pictod by an uthoAzad state Rami rap—entative. I it signature (9fC(IUlfed, piCaBs Gbft#aG# 8 $#ate Fe[tn agant. ©1997-2015 ACORD CORPORATION, All rights reserved. ACORD 23 (2016103) The ACORD name and logo are registered marks of ACORD 1004381 142987.4 O-0-24-2020 A 0 VEHICLE OR EQUIPMENT CERTIFICATE OF INSURANCE F -DATE 0411212021rpomrvY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NA 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. This form is used to report coverages provided to a single specific vehicle or equipment. Do not use this form to report liability coverage provided to multiple vehicles under a single policy, Use ACORD 25 for that purpose. PRODUCER S(rateFar'tn IAN MARKOWITZ STATE FARM 3140 HOWLAND BLVD SUITE 1100 NAME T JOCEY MORALES plCNN Ext): 386-218-6888 C No E-MAIL Annal:ss: JOCEY@iaELT{}NASF.COM PRODUCER CUSTOMER ID at: INSURERS AFFORDING COVERAGE NAIC # DELTONA, FL 32725 INSURED INSURER A! Slate Farm Fire and Casualty Company 25143 SOUTHERN SUNSHINE GROUP INC. INSURER B; 1100 RADFORD DR INSURER C : OELTONA, FL 32725 INSURER D: INSURER E BODILY INJURY (Per person) $ 1,000,000 DESCRIPTION OF VEHICLE OR EQUIPMENT YEAR MAKE 1 MANUFACTURER MODEL BODY TYPE VEHICLE IDENTIFICATION NUMBER 2008 ISUZU NPR STK TRK 4KLB4W1 N68J802634 DESCRIPTION VEHICLEMQUIPMENT VALUE SERIAL NUMBER X VEHICLE LIABILITY SANFOKD, FL 32771-7699 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICY(IES) OF INSURANCE LISTED BELOW HAS/HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD(S) INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY IRE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICY(IES) DESCRIBED HEREIN IS/ARE SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICY(IES). INSR LTR ADO'L INSRD TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMIDONYYY) POLICY EXPIRATION DATE (MMIDOIYYYYI LIMITS LENDER'S LOSS PAYEE 300 N PARK AVE X VEHICLE LIABILITY SANFOKD, FL 32771-7699 AUTHORIZED REPRESENTATIVE COMBINED SINGLE LIMIT s Comptetod by an authorized State Farm roprosentative. J33 0535-018-59 -001 0211812021 08/18!2021 BODILY INJURY (Per person) $ 1,000,000 BODILY INJURY (Per at tidenl) $ 1.000,000 PROPERTY DAMAGE $ 1,000,000 GENERAL LIABILITY EACHOCCURENCE $ OCCURRENCE GENERAL AGGREGATE S CLAIMS MADE $ INSR L033 POLICY EFFECTIVE POLICY EXPIRATION LTR PAYEE TYPE OF INSURANCE POLICY NUMBER DATE (MWDDNM) DATE (MM10D/YYYY) LIMITS [DEDUCTIBLE X VEH COLLISION LOSS J33 0535-018-59 -001 0211$(2021 0$11812021 171 ACV ❑ AGREED ANIT ❑ ❑ STATED AMT $ LIMIT S 1,000 DED X VEH COMP VEH OTC J33 0535-018.59 -001 02/1$/2021 08/1812021 © ACV ❑ AGREED AMT ❑ ❑ STATEDAMT $ LIMIT $ 1,000 DED EQUIPMENT BASIC BROAD ❑ ACV ❑ AGREEDAMT ❑ RC ❑ STATED AMT ❑ $ LIMIT $ DED X PERSONAL INJURY J33 0535-C18-59 -001 02/18/2021 08/18/2021 REMARKS (INCLUDING SPECIAL CONDITIONS I OTHER COVERAGES) (Attach ACORD 1101, Additional Remarks Schedule, If more space Is required) ADDITIONAL INTEREST CANCELLATION Select one of the following: SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED X The additional interest described below has bean added to the poliey(ies) listed herein by policy number(s). BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE A request has been winnitied to add the additional interest described below to the policy(ios) listed here(n by policy number(s). DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. VEHICLE I EQUIPMENt INTEREST: LEASED FINANCED DESCRIPTION OF THE ADDITIONAL INTEREST X ADDITIONAL INSURED HLOSS PAYEE NAME AND ADDRESS OF ADDITIONAL INTEREST CITY OF SANFORD LENDER'S LOSS PAYEE 300 N PARK AVE LOAN/ LEASE NUMBER SANFOKD, FL 32771-7699 AUTHORIZED REPRESENTATIVE Comptetod by an authorized State Farm roprosentative. It signature is required. please contact A State Farm agent. O 1997-2016 ACORD CORPORATION. All rights reserved. ACORD 23 (2016/03) The ACORD name and logo are registered marks of ACORD 1004301 t42067.4 04•24•2020 AC"R" VEHICLE OR EQUIPMENT CERTIFICATE OF INSURANCE '" DATE(MMtDDtYYYY) 04/1212021 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. This form is used to report coverages provided to a single specific vehicle or equipment Do not use this form to report liability coverage provided to multiple vehicles tender a single policy. Use ACORD 25 for that purpose. PRODUCER StatefarM IAN MARKOVATZ STATE FARM ' HOWLAND BLVD CONTNAMEACT JOCEY MORALES PNo ext . 386 218 6888 � No : tly3144 E4AIL ADDRESS: JOCEYQDELTONASF.COM SUITE 100 PRoouCER CUSTOMER ID #: INSURERS AFFORDING COVERAGE NAIC # DELTONA, FL 32725 INSURED INSURER A: State Farm Fire and Casualty Company 25143 SOUTHERN SUNSHINE GROUP INC. INSURERS: 1100 RADFORD DR INSURER C : DELTONA, FL 32725 INSURER°; INSURER E: BODILY INJURY (Per person) $ 1,000,000 000,000 DESCRIPTION OF VEHICLE OR EQUIPMENT YEAR MAKE t MANUFACTURER MODEL BODY TYPE VEHICLE IDENTIFICATION NUMBER 2004 FORD F350 STK TRK IFOSW3OL34EC55944 DESCRIPTION VEHICLE)EDUIPMENT VALUE SERIAL NUMBER VEHICLE LIABILITY S .^.;ANFORD, rL 32771.7099 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICY(IES) OF INSURANCE LISTED BELOW HASIHAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD(S) 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 POLICY(IES) DESCRIBED HEREIN IS/ARE SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICY(IES), INSR. LTR ADO'L INSRO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMIDDIYYYY) POLICY EXPIRATION DATE (MMIDOfYYYY) LIMITS CITY OF SANFORp LENDER'S LOSS PAYEE VEHICLE LIABILITY 300 N PARK AVE .^.;ANFORD, rL 32771.7099 COMBINLO SINGLE LIMIT $ AUTHORIZED REPRESENTATIVE Completed by an authorized Stale Farm roprosentative. 133 0535-C18-59.001 04/23/2021 10123!2021 BODILY INJURY (Per person) $ 1,000,000 000,000 •- BODILY INJURY (Per accident) $ 1,000,000 PROPERTY DAMAGE $ 1,000,000 GENERAL LIABILITY EACH OCCURENCE S OCCURRENCE GENERAL AGGREGATE $ CLAIMS MADE $ INSR Loss POLICY EFFECTIVE POLICY EXPIRATION LTR PAYE TYPE OF INSURANCE POLICY NUMBER DATE (MMIODIYYYY) DATE (MMIDD[YYYY) LIMITS i DEDUCTIBLE X VEH COLLISION LOSS J33 0535-C18-59 -001 04123!2021 10/2312027 C:] ACV ❑ AGREED AMT ❑ ❑ STATED AMT S LIMIT S 1,000 OED X vEH COMP VEH OTC 133 0535^G18-59 001 0412312021 1012312{)21 ❑ ACV ❑ AGREED AMT ❑ ❑ STATED AMT S LIMIT S 1,000 DED EQUIPMENT 171 ACV ❑AGREED AMT BASIC BROAD SPECIAL F-1RC F1STATED AMT ❑ S LIMIT $ DED X I PERSONAL INJURY J33 0535-C 18-59 -001 04/23/2021 10/2312021 REMARKS (INCLUDING SPECIAL CONDITIONS I OTHER COVERAGES) (Attach ACORD 101, Additional Remarks Schedule, It more space Is required) AhDITIONAL INTEREST CANCELLATION Select one of the following: SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED X The additional Interest described belax has been added to the policy(ies) listed herein by policy nutnber(s). BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE A request has been submitted to add the additional interest described below to the policy(ies) DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. listed herein by poheynumber(s). VEHICLE I EQUIPMENT INTEREST: LEASED FINANCED DESCRIPTION OF THE ADDITIONAL INTEREST X ADDITIONAL INSURED LOSS PAYEE NAME AND ADDRESS OF ADDITIONAL INTEREST CITY OF SANFORp LENDER'S LOSS PAYEE LOAN t LEASE NUMBER 300 N PARK AVE .^.;ANFORD, rL 32771.7099 AUTHORIZED REPRESENTATIVE Completed by an authorized Stale Farm roprosentative. If signature is required, please contact a State Farm agent. U 1997-2015 ACORD CORPORATION. All rights reserved. ACORD 23 (2016103) The ACORD name and logo are registered marks of ACORD 1004361 +42987.a 0r..24.2020 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 89 06U0 B POLICY INFORMATION PAGE ENDORSEMENT The fo|lowingitem(s) [] InoureduName (WC 8SOG01) [] Policy Number (WC 8SUO02) �] Effective Date (WC 8QOSO3 [] Expiration Date (WC OQO0U4) [l |nnued'uMailing Address (WC 8AOGO5) �] Experience Modification (WC 8QO4O8) [� Producer's Name (WC 8QO8O7) [] Change inWorkplace ofInsured (WC 8SU8O8) [� |nounad'eLegal Status (WC 8SDG10) [] Item 3.A. States (WC 89OS11) inchanged Voread: See Extension ofEndorsement Page MODIFIED Before: Q1O2-After: 0102 Exposure Before: 45000O.00'After: 49B4OO See Attachment Officer included no exemption filed premium adjusted. °Uem4.Change To: (Ed. 7-01) [] Item 3.B.Limits (WC 80OO12) [] Item 3.C.States (WC 89O013) [] Item 3.D.Endorsement Numbers (WC 8Q0G14) [X] Item 4.°Class, Rate, Other (WC 89 04 15) [] Interim Adjustment ofPremium (WC 8QO418) [] Carrier Servicing Office (WC 80OO17) [] Interstate/Intrastate Risk |D Number (WC 8Q08 18) [] Carrier Number (WC 8QO810) [] Issuing Agency/Producer Office Address (WC 89OG25) Total Estimated Annual Premium $21`832.00 Minimum Premium $53.00 All other terms and conditions of this policy remain unchanged. Deposit Premium This endorsement changes the policy to which bis attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 02/22/2021 Policy No. VVC-76647'O Endorsement No.1 Insured SOUTHERN SUNSHINE GROUP INC Premium $2,071.00 Insurance Company Ascendant Commercial Insurance, Inc. Countersigned by _ WC8SDG00 0 2001National Council onCompensation Insurance, Inc. Premium Basis Rate Per $100 Classifications Code Total Estimated of Estimated No. Annual Remuneration Annual Premium Remuneration See Attached Total Estimated Annual Premium $21`832.00 Minimum Premium $53.00 All other terms and conditions of this policy remain unchanged. Deposit Premium This endorsement changes the policy to which bis attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 02/22/2021 Policy No. VVC-76647'O Endorsement No.1 Insured SOUTHERN SUNSHINE GROUP INC Premium $2,071.00 Insurance Company Ascendant Commercial Insurance, Inc. Countersigned by _ WC8SDG00 0 2001National Council onCompensation Insurance, Inc. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 08 PARTNERS, OFFICERS AND OTHERS EXCLUSION ENDORSEMENT The policy does not cover bodily injury to any person described in the Schedule. The premium basis for the policy does not include the remuneration of such persons. You will reimburse us for any payment we must make because of bodily injury to such persons. Schedule Partners Officers Others (Ed. 4-84) This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Insured Effective Policy No. Endorsement No. Premium Insurance Company Countersigned by WC 00 03 08 (Ed. 4-84) 0 1996-1999 National Council on Compensation Insurance, Inc. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 89 06 00 B POLICY INFORMATION PAGE ENDORSEMENT The following item(s) Insured's Name (WC 89 06 01) Policy Number (WC 89 06 02) Effective Date (WC 89 06 03) Expiration Date (WC 89 06 04) Insured's Mailing Address (WC 89 06 05) Experience Modification (WC 89 04 06) Producer's Name (WC 89 06 07) Change in Workplace of Insured (WC 89 06 08) Insured's Legal Status (WC 89 06 10) Item 3.A. States (WC 89 06 11) is changed to read: See Extension of Endorsement Page MODIFIED Before: 9102 - After: 9102 Exposure Before: 450000.00 - After: 499400 See Attachment Officer included no exemption filed premium adjusted. *Item 4. Change To: (Ed. 7-01) Item 3.B. Limits (WC 89 06 12) Item 3.C. States (WC 89 06 13) Item 3.D. Endorsement Numbers (WC 89 06 14) [X] Item 4.* Class, Rate, Other (WC 89 04 15) Interim Adjustment of Premium (WC 89 04 16) Carrier Servicing Office (WC 89 06 17) Interstate/Intrastate Risk ID Number (WC 89 06 18) Carrier Number (WC 89 06 19) Issuing Agency/Producer Office Address (WC 89 06 25) Total Estimated Annual Premium $21,932.00 Minimum Premium $537.00 All other terms and conditions of this policy remain unchanged. Deposit Premium This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 02/22/2021 Policy No. WC -76647-0 Endorsement No. I Insured SOUTHERN SUNSHINE GROUP INC Premium $2,071.00 Insurance Company Ascendant Commercial Insurance, Inc. Countersigned by V I WC 89 06 0013 (Ed. 7-01) 0 2001 National Council on Compensation Insurance, Inc. Premium Basis Rate Per $100 Classifications Code Total Estimated Of Estimated No. Annual Annual Premium Remuneration Remuneration See Attached Total Estimated Annual Premium $21,932.00 Minimum Premium $537.00 All other terms and conditions of this policy remain unchanged. Deposit Premium This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 02/22/2021 Policy No. WC -76647-0 Endorsement No. I Insured SOUTHERN SUNSHINE GROUP INC Premium $2,071.00 Insurance Company Ascendant Commercial Insurance, Inc. Countersigned by V I WC 89 06 0013 (Ed. 7-01) 0 2001 National Council on Compensation Insurance, Inc. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY PARTNERS, OFFICERS AND OTHERS EXCLUSION ENDORSEMENT The policy does not cover bodily injury to any person described in the Schedule. The premium basis for the policy does not include the remuneration of such persons. You will reimburse us for any payment we must make because of bodily injury to such persons. Schedule Partners Others WC 00 03 08 (Ed. 4-84) This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Insured Insurance Company WC 00 03 08 (Ed. 4-84) 0 1996-1999 National Council on Compensation Insurance, Inc. Effective Policy No. Countersigned by Endorsement No. Premium ACC>R V CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY) TYPE OF INSURANCE 06/07/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must 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 CONTACT NAME: _ PHONEXt a (888) 202-3007 FAX Na Hiscox Inc. E-MAIL ADDREss: contact@hiscox.com 520 Madison Avenue 32nd Floor MED EXP (Any one person) s 5,000 New York, NY 10022 INSURERS AFFORDING COVERAGE NAIC # INSURERA: Hiscox Insurance Company Inc 10200 GENERAL AGGREGATE s 2,000,000 INSURED INSURER 8: Southern Sunshine Group AUTOMOBILE LIABILITY A ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY 1100 Radford Dr INSURER C Deltona FL 32738 INSURER D: INSURER E: BODILY INJURY (Per person) $ INSURER F: PROPERTY DAMAGE $ Per accident r:r1VFI*Ar.FA CFRTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. _ IN SR LTR TYPE OF INSURANCE ADDL SUER POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR UDC -2027815 -CGL -20 07/27/2020 07/27/2021 EACH OCCURRENCE $ 1,00 '000 DAMAGE TO RENTED PREMISES Ea occurrence $ 100,000 MED EXP (Any one person) s 5,000 PERSONAL & ADV INJURY $ _ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY ❑ PECT LOC OTHER: GENERAL AGGREGATE s 2,000,000 PRODUCTS - COMP/Op AGG $ S/T Gen. Agg. $ AUTOMOBILE LIABILITY A ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY COMBINED SINGLE LIMIT $ (Ea accident) BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ Per accident $ UMBRELLALIAB OCCUR EXCESS LIAB CLAIMS -MADE DED I I RETENTION $ EACH OCCURRENCE $ AGGREGATE $ $ WORKERS COMPENSATION)TH. i AND EMPLOYERS' LIABILITY Y / N ANYPROPRIETORIPARTNER/EXECUTIVE ❑N OFFICER/MEMBER EXCLUDED? (Mandatory in NH) if yes, describe under DESCRIPTION OF OPERATIONS below / A STATUTE OERH E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER L:ANL:tLLA I IUN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE r V Taus-zuTS At uKLi t.umrumA I IVH. An ngnts reserves. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Equipment List -2013 Ford F150 - 2004 Ford F350 -2019 Ford F150 -22ft Open Trailer -16ft Open Trailer -12ft Open Trailer - 2006 NPR W4500 -2008 NPR W4500 -Wright 72 ZXT Commercial Mower -Wright 61 ZXT Commercial Mower - (4) Wright Stander X 61 inch Commercial Mower - (2) Wright ZK 72" Commercial Mower - Hustler Super Z 60" Rear Discharge Commercial Mower - Hustler 72" Super Z HyperDrive - (10) Echo 2620 Weed Whacker - 3 Echo 770 Backpack Blower - 4 Echo 2620 Edger - 1 Echo 266 Edger - 4 Echo 9010 Backpack Blowers - 2 Echo 770 Backpack Blowers -1 Scag Classic Walk Behind Parking lot Blower - 3 Husqavarna Battery Backpack Sprayer - 1 Stihl Pole Saw (and extension) -(3) Echo Hedge Trimmers -2 Stihl Chainsaws (36' and 48") Southern Sunshine Group, Inc 1IOORadford Dr De|tona, FL 984'571-8511 References RO3alynONelson- FVVC 321-383-5535 RoGg|yn.OelsDn@DlVfw/c.COOO ShavvnLemVns-CitvofSanfbrd-Gto[mvvaterSuparviao[ 321-377-9121 ShaYVO.)erDoOs@sgOfVFdU.goV Wilfredo Martinez Daytona Beach Housing Authority- Maintenance Supervisor 386'527-2250 nl3din8ZVV@dbh@O.O[g Robert Beall- City of Sanford Robert.beall@sanfordfl.gov P: 407.688.5000 ext 5423 Keith Gg[nb{e'Vo|Usia County 386-804-3535 kgaDlb|e@VV|Vsia.Drg 8i|| Yvei\hmun Facility Coordinator Vo|usix[ountYPublic Protection /VCFS Office Phone: 386-822-5028 ext 15380 Cell Phone: 386-80|'8O87 vvweithnlan@VO/USiG.O[g Tex Loadholtz- Brevard County 321-302-1808 Tex.|oadho|tz@bnevanJf.Qov Ju|iaDng. chi|ders@bnevardO.gOV Sincerely, Sarah Keane Southern Sunshine Group, Inc Southern Sunshine Group, Inc 1100 Radford Dr Deltona, FL 904-571-8511 Vol N NI, SOLITHERY p 14 G R 0 U P Company Operational Chart Southern Sunshine Group's President, Sarah Keane and Operations Manager, Thomas Keane are the two main points of contact. Sarah has 10 years of office and field experience. She holds a Bachelor's degree in Sports Management from the University of North Florida. She is the main contact for our current clients. She can be reach at 904-571-8511 / 386-213-5771 or email at sarah(@southernsunshinegroup.com. Thomas also has 15 years of experience in both office and field work. Thomas actively works in the field and can be reached at 904-318-6385. / 386-213-5771 He holds a Bachelors Degree in History from the University of North Florida. He also holds certification of Best Management Practices, Florida Green Industries.. Thomas can be reached at 904-318-6385 or thomas(@southernsunshinegroup.com In our office, we are staffed by Karen Keane, who can be reached at 407-399-1957 cell or at the office at 386-213-5771. She has over 30 years of Office Manager experience. She is also a Certified FEMA Disaster Inspector. In the Field we have several employees currently, with more to be added if and when needed. Crew Leaders - Johnny Zappola, Andrew Littlefield and Marcos Mercado -Lopez Lawn Techs / Crew Members -Tyrell Aziz, Roberto Figueroa, Luis Montanez, Jose Castro, Mike Green, Luis Santiago, Ray Pratt, Chris Evans, Zack Nelly, Richard Keane, Travis Gray and Charles Rutledge. Sincerely, Sarah Keane Southern Sunshine Group, Inc 904-571-8511 Southern Sunshine Group, Inc 1100 Radford Dr De|tona,FL 904-571-8511 Company Contact Southern Sunshine Group's President, Sarah Keane and Operations Manager, Thomas Keane are the two main points of contact. Sarah has 10 years of office and field experience. She holds a Bachelor's degree in Sports Management from the University OfNorth Florida. She iSthe main contact for our current clients. She can hereach at9D4-571- 85lIoremail at . Thomas also has l5years ofexperience inboth office and field work. Thomas actively works inthe field and can bereached at9U4-318-6385.He holds a Bachelors Degree inHistory from the University ofNorth Florida. He also holds certification of Best Management Practices, Florida Green Industries.. Thomas can be reached at 904-318-6385 or Sincerely, Sarah Keane Southern Sunshine Group, Inc Southern Sunshine Group, Inc 1lOORadford Ur De|tona, FL 904'571'8511 Company Project Approach We feel that with our diverse background, we are an excellent choice to complete Lawn Care services 3tcompetitive prices with the Vpn1oStprofessionalism. We are currently staffed with 13Employees with the ability to add more if and when needed, especially during the growth season. We have in operation 5 Trucks, numerous trailers and Lawn equipment as evident by our equipment list to successfully complete the task at hand. If and when we need additional equipment, we have the resources to Obtain that item. We are constantly are recruiting and advertising for additional team members as well and typically we are staffed with 3 full time Crew Leaders, who lead anywhere from 1-4 guys per truck depending on route and property sizes. Our Operations Manager, Tom Keane and myself are very hands hand on as well, as we often work side by side with the team members out inthe field. We use a CRM system, SingleOPs, to help establish service schedules and routes. This program allows u5b]input all our client's properties inone easy toaccess spot, which allows us toquickly make service schedules, routes, invoices, do A/R and various other back office stuff. The program also allows uSƒo use GPS in real time to track our crews location and gather up to the minute details the Crew Leader might leave have for the said property such as why he couldn't service a property either fully or at all. The CRM allows him to take pictures as well and fully attach them to the property for further reference. Most of our routes and schedules are made inadvance ofthe scheduled service day, typically that is1week before the scheduled date. We can though be flexible and move things around as long as we are given notice of whatever may be occurring. Sincerely, Sarah Keane Southern Sunshine Group, Inc Southern Sunshine Group, Inc 1100 Radford Dr Deltona, FL 904-571-8511 �SOUTHERN RN y GROUP Similar Projects FWC-Titusville July 2018 -July 2021 Appox $9,000 Annual -Recurring Landscape Maintenance of the FWC Regional Office City of Sanford - Stormwater Summer 2018 — Retention Ponds Appox $15,0000 -Completed Recurring Landscape Maintenance at 20 Sites during the summer of 2018. Appox June — Oct. Daytona Beach Housing Authority July 2017- Current Appox $103,000 Per Year -Recurring Landscape Maintenance for 8 Communities City of Sanford Parks and Recreation Appx $44,000 Annual -Recurring Landscape for appox 14 Parks and Medians combined, plus ROW Recurring Landscape Maintenance for Seminole Blvd. Volusia County Jan 2016 -Jan 2018 (Old Contract) Jan 2019- Current (New Contract) Appox. $250,000 Annual - Recurring Landscape maintenance of 60-70 Properties for Volusia County from Pathways, Parks (Large and Small) to multiple Wastewater and Water Treatment Plants. Volusia County Fire Services May 2020 - Current Appox $25,000. -Recurring Landscape Maintenance for Fire Training Center and 10 Fire Stations Brevard County Parks And Recreation May 2017- Jan. 2021 Appox $50,000 Annual -Recurring Landscape Maintenance of 20 Parks and1 Pathway. Sincerely, Sarah Keane Southern Sunshine Group, Inc Southern Sunshine Group, Inc 1100 Radford Dr De|tona, FL 904-571-8511 Statement of Bidder concerning Financials Concerning Financials, our revenue for each month varies but our company has been in business since 2OIUunder Keane Field Services, however vvechanged our name toSouthern Sunshine Group, Inc in20lO, we are 8Oestablished company and have the resources needed to complete this task. VVe have good working relationships with our bank, TDBank /224OSVo|usiaAve Orange City, FL3Z763ph#38G-775-3l15\,Flexibility Capital, Lawn Mower Shop (Orange City Equipment) and various vendors when we must branch out and use one. VVSalso have a roster of approximately 12 Employees, with room to add more if needed. We use a PEO company, LandrumHR to provide payroll, benefits, Human Resources and Worker's Compenstation Insurance to all of my employeesn who are paid every week. We also outsource our bookingkeeping to the Bench.co online platform provider. Afinancial statement can beprovided upon award ifsoneeded. Sincerely, Sarah Keane Southern Sunshine Group, Inc VT M� A CD m x 72. W -n 0 0 i _0 0 (D w CD M. EN 0 CD Z'l IN cn CD (n ow 0 v = 0 0 0 o 0 c! 0 (D rmqL CD 0 > -n D0 0 (D 0 o (D 5Dr+ 0 SOUTHERN VR0UP Southern Sunshine Group, Inc 1100 Radford Dr Deltona, FL 904-571-8511 Sub -Contractor Fertlization and Pest Control Turfmaster Lawn and Ornamental Care 348 Monroe Rd. Sanford, FL 32771 Mailing address Turfmaster Lawn & Ornamental Care PO Box 470460 Lake Monroe, FL 32747-0460 Doug Lee doug(Qgowiththegnome.com president Darrell Lee darrell(ogowiththegnome.com vice president Oscar Bustos oscar gowiththegnome.com sales Sincerely, Sarah Keane Southern Sunshine Group, Inc 904-571-8511 Licensed Pesticide Applicator Detail 7/5/21, 6:29 PM Licensed Pesticide Applicator Detail Print close Applicator's Name City, State JILEE, DOUGLAS CHRISTOPHER ::]IDEBARYFL License No. License Status License Type: JNormal jID Card/Pest Control License Categories Certified Operator Original Issue Date Last Issue Date Expiration Date 112/9/1988 116/23/2021 ]F5—/31/2022 Company Name JITURFMASTER LAWN & ORNAMENTAL CARE, LLC Agent Count: 0 http://ceupublicsearch.freshfromflorida.com/PersonDetai[.asp Page 1 of 2 Licensed Pesticide Applicator Detail 7/5/21, 6:29 PM Licensed Pesticide Applicator Detail Print Close Applicator's Name city, state JILEE, DOUGLAS CHRISTOPHER License No. License Status License Type: =JF6029 ---]INormal jCertified Pest Control Operator License Categories General Household Pest and Rodent Control, Termite and Other WDO Control, Lawn and Ornamental Original Issue Date Last Issue Date Expiration Date 1110/30/1990 I6/29/2021 6/1 /2022 Company Name JITURFMASTER LAWN & ORNAMENTAL CARE, LLC Agent Count: 0 http://ceupublicsearch.freshfromflorida.com/PersonDetaii.asp Page 1 of 2 Otpartturnt of agriculture anb CouE;umrr Zfr ctfs Tsurrall of licensing allb (Enforcenlent Preventative Termite Treatment Permit Number: JB200849 STAIT OF FLORIDA MMjrtMFjtt a ftriollurt atib Consunur 6crwts BUREAU OF LICENSING AND ENFOR(l'-%fr.,N"j DAt' Fil. No F'pi— M., 25.2011t Jo"0949 SlI.N 31, 2019 TK PEST CONMOLCOMPANY FIRM NAMMBFI.MWJHAS WR THI� PLRIOD CXPIRINGMuy3l.2019 Al i RIM01"'ROE RD SANFORDAt 12771 11 RI MAS HA IAW,& ORNAMENTAL CARE, G—.1 11-11.1d Ns—W pd.f C..tl.I I... ..d 4I.— w LAKE WNROI,) 1. 12747 T— ..d O'b". N1, DO C-1-1 TURFMASTER LAIATIN & ORNAMENTAL CARE, LLC 370MIONROE RD, SANFORD, FL 32771 ad 011— W—J- 14, in Jt—il. aI Lv. Jjs., 2.1- Wl,,V 25. 201 B '%dam It. Putium Commissioner ofAgmulture MACS IW9-4,III a- cpartnient of Agriculture aub Cougumer 6ctbico �Burciut of Cntoinolop atib JDW Control Number JF6029 DOUGLAS CHRISTOPHER LEE i3 b) tl,.t t1to al.ve ij co'da Qpoml,, "'d ij pe-h449"I to practice -&/ oldn,4' 5—iL' -J ome, V/20 {t <rretrwr� "ill. -Al sItl" _Y114'Itilly t1l, 1"O'clice "//%'l r . Adam It. llumam Comillission.,crof Aguiculturc J" -7,ilin—Y Illib-O (/!a�7 ju., 14, `2011 OHCS S f— MC, F6 94 STAIT OF PIMRM,N Department of Apicullhare and Clonsumer Setwices He Nm J title 22. 211211 MINIM') Ma) 31, 2021 11111, PFSTCONTROL COMPANY FIRM NAVWP BNMW I US REGISI EMIM UNDEWTHE PROVISION,S OF jjpR'I I [I,, 11J."RIOD EXPIRING: N6y 31, 2021 37i,i MONROF RD )A-M4)RD. 11, 32771 ("6tei'al 114111sehold Pot "Ind 1"L �RFMASIFR 131 Rodeut (.'antral PO [50X j'awil and Orlitimelklal 1. \10MOLAR( 7I'.Fl, 32747 1'ermite and ()(livr NN M "O it trn I n i att MCO) i, co\mlssiom-lz i/ / A O To) 00 %i q U ii W opo cn fn U cn cn v V) U) V)N In q N O tll N N N 0 N C?) 47 tU N t17 /Atn4, y� cCI a cn cc i /42 /ai/ ❑ a b v� p. G, as 0 0 ° =sto t� is U w o ocz r .t� d Z 0 w a tip 0 0 E cr +a oa 0 E _ cn U) U = C/Z n 4. o � � W // U o as o o a s~ 03 v.cc o G� v w ' j /i i/��i�; /iii/ ////�%lei „ f.7 Q a� • L"' N u !cc o • a'-i p a� > c� U o r.+ t� •� s. u c� U u� N t"i w � -/,'��//// cr ,/ / /, j �A N a cs Q � ca C U O w � p U E a� C�7 oa U C% 6° U a C1 on Q 'j '� % i;�%. Q U p z 0 .. v O O rr 'Ir z LL , df „� N �1 G N C E N E Q7 E 0? C r 67 ❑ Gclb N o Cl o CJ Cr O o O >~ CD C) cs C> o O Oi o w O [n o O C, O •a'' •+-:, •.� o o a '; o o � o �, o / / / // ' «3 cr ccs ccs ccs a> cti G as v cd .� v 4� v ccs c3 c +—' ,,, cr � .�• v v v ar +:• c� d ar ca w ccs cr a a> <C (n � vi) IO yr n v5 (A U) C4 V) V)� UO) W vs rn U ETTI I /// , C14 00 0100 cc ct JE 42 -02 CL C14 CITY 0FSANF0RDFLORIDA 'PURCHASING DIVISION SOLICITATION OPENING CERTIFICATION AND MINUTES (Section 255.0518, Florida Statutes) A. Solicitation Title Riverwalk Ph U| GroU[lr| Maintenance Services I FB 2O�1-3Q ]Uky 6 2021 �^OO��D� Number [}paninQ Date "�'^'=' = Solicitation Documents Including Announcement of This Opening Are Available for Viewing or Downloading at CommissionChambers LDC8tionVfDp�niOg� On this date the opening of the solicitation response identified above is hereby verified and the public announcements recorded below regarding the solicitations received were duly made. |tionoted that noother business was conducted, there were no discussions and no input was received from anyone in attending. There was noattendance record made. �� [�]|FB-AnnounoodUhenameofenchtiddorondtheomountuftheirbkj. | |RFP-Announcndthenameofoaohrenponderd. � �� L_RFQ-Announnedthenameofeaohroopondent. F- -lKenysubnnissionxvasnotopenedandhzrannounned: check this item and indicate untabulation below specific information as to why the submission was not opened or announced. | |All submissions were opened and read. The tabPOGY-1 tion below reflects the information read. �� 2. Name ofCity ErqpV��evdm��nnduncedthebido: Certification (1) By: Certification (2) By: July 6, 2021 Marisol Ordonez, Purchasing Manager Sigqa6-q ~) data printedname and title Signature date printed name and title 3. The public notice indicated by§28G.U1O5and 28G.O11 Florida Statutes isnot required because norule, resolution, or formal action has taken place or considered at this opening. Tharefmna, a verbatim record of the solicitation specifically identified above is not required if a person, in accordance with City of Sanford Policy Number 15., elects to file a protest or appeal an action associated with the identified solicitation. 4' Florida Statute 119.071: Sealed bids, propuaa|u, or replies received by an agency pursuant to e competitive solicitation are exempt from a119.O7(1)and u.24(o).Art. |ofthe State Constitution until such time aothe agency provides notice of an intended decision or until 30 days after opening the bids, proposals, or final replies, whichever is earlier. Note -City of Sanford Prociirement Procedure 6-500 mandates that as applicable to an IFB: the name of each bidder and the specific amount of the bid will be shared at the opening� jor an RFP or RFQ the name of each person or firm`m0beshared at the opening. (Florida Stattinsmay bxfwadat: httpxAvjvm&�state.fl.aslstatutesl) �icicler/Proposer Bid Base Alternate Bid Initial here if tabulation is attached in lieu of using the above tabulation or if additional pages are i Page I of 1 City Of Sanford Doc