Loading...
2489 RFP 22/23-15 Homeowner Occupied Minor Home Repairs DSW Homes LLCCITY OF SXKFO FINANCE DEPARTMENT Tuesday, June 27, 2023 To: City Clerk/Mayor RE: RFP 22/23-15 Homeowner Occupied Minor Home Repairs DSW Homes LLC The item(s) noted below is/are attached and forwarded to your office for the following action(s): ❑ Development Order ❑ Mayor's signature ❑ Final Plat (original mylars) ❑ Recording ❑ Letter of Credit ❑ Rendering ❑ Maintenance Bond ® Safe keeping (Vault) ❑ Ordinance ❑ Deputy City Manager ❑ Performance Bond ❑ Payment Bond ❑ Resolution ❑ City Manager Signature ❑ ❑ City Clerk Attest/Signature ❑ City Attorney/Signature Once completed, please: ® Return originals to Purchasing- Department ❑ Return copies ❑ Special Instructions: Safe Keeping. From TADept_forms\City Clerk Transmittal Memo - 2009.doc 6/2 7/2023 Date AGREEMENT BETWEEN THE CITY OF SANFORD AND DSW HOMES, LLC; RFP 22123-15 HOMEOWNER OCCUPIED MINOR HOME REPAIRS THIS AGREEMENT (hereinafter the "Agreement") is made and entered into this A�any of June , 2023, by and between the City of Sanford, Florida, a Florida municipality, (hereinafter referred to as the "City"), whose mailing address is 300 North Park Avenue, Sanford, Florida 32771, and DSW Homes, LLC, a Texas corporation, whose principal address and mailing address is 1650 East Winding Way Drive, Building B, Friendswood, Texas 77546, (hereinafter referred to as "DSW'). The City and DSW 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 goods and services set forth in the attachments hereto and DSW agrees to accomplish the provision of goods and services specified in the attachments for the compensation set forth in those documents relating to the provision of the goods and services relating to homeowner occupied minor home repairs services as may be agreed upon by the parties as set forth in issued work/purchase orders. (b). It is recognized that DSW 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: Marisol Ordonez Purchasing Manager City of Sanford, Purchasing Division City of Sanford Post Office Box 1788 Sanford, Florida 32772-1788 Phone: 407.688.5028 Section 4. Effective Date and Term of Agreement. This Agreement shall take effect on the date that this Agreement is fully executed by the parties hereto. This Agreement shall be in effect for a term of 1 year with the opportunity for 4 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. DSW shall review the quality and status of the goods and services 2 1 P a e relating to the provision of the goods and services relating to homeowner occupied minor home repairs 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 DSW to the City under each work order have been fully provided in accordance with the requirements of the City; provided, however, that, the indemnification provisions and insurance provisions of the standard contractual terms and conditions referenced herein shall not terminate and the protections afforded to the City shall continue in effect subsequent to such goods and services being provided by DSW. No goods, services or actions have been provided prior to the execution of this Agreement that would entitle DSW for any compensation therefor. Section 5. Compensation. The parties agree to compensation as set forth in the attachments hereto as implemented by means of work/purchase orders issued by the City. Section 6. Standard Contractual Terms and Conditions. All "Standard Contractual Terms and Conditions", as provided on the City's website, apply to this Agreement. Such Terms and Conditions may be found on the City's website, which can be reached at: www.SanfordFL.gov. The parties shall also be bound by the purchasing policies and procedures of the City as well as the controlling provisions of Florida law. Work/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. DSW shall be deemed to have undertaken its obligation to be fully informed of, and understand, all such provisions. Section 7. DSW'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, DSW must: (1). Keep and maintain public records that ordinarily and necessarily would be required by the City in order to provide goods or perform 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 DSW 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 DSW does not comply with a public records request, the City shall enforce the contract provisions in accordance with this Agreement. (c). Failure by DSW to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the City. DSW shall promptly provide the City with a copy of any request 41Pa-e to inspect or copy public records in possession of DSW and shall promptly provide the City with a copy of DSW's response to each such request. (d). IF THE CONTRACTOR/VENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S (VENDOR'S) DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, 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.HOUCHIN@SANFORDFL.GOV. Section 8. Time is of the Essence. Time is hereby declared of the essence as to the lawful performance of all duties and obligations set forth in this Agreement. Section 9. Entire Agreement/Modification. This Agreement, together with all "Standard Contractual Terms and Conditions", as provided on the City's website and the attachments hereto (the documents relative to the procurement activity of the City leading to the award of this Agreement) constitute the entire integrated agreement between the City and 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 DSW issues a purchase order, memorandum, letter, or any other instrument addressing the goods or services, work, and materials to be provided and performed pursuant to this Agreement, it is hereby specifically agreed and understood that any such purchase order, memorandum, letter, or other instrument shall have no effect on this Agreement unless agreed to by the City, specifically and in writing in a document of equal dignity herewith, and any and all terms, provisions, and conditions contained therein, whether printed or written or referenced on a Web site or otherwise, shall in no way modify the covenants, terms, and provisions of this Agreement and shall have no force or effect thereon. Section 10. Severability. If any term, provision or condition contained in this Agreement shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, or the application of such term, provision or condition to persons or circumstances other than those in respect of which it is invalid or unenforceable, shall not be affected thereby, and each term, provision and condition of this Agreement shall be valid and enforceable to the fullest extent permitted by law when consistent with equity and the public interest. Section 11. Waiver. The failure of the City to insist in any instance upon the strict performance of any provision of this Agreement, or to exercise any right or privilege granted to the City hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. Section 12. Captions. The section headings and captions of this Agreement are for convenience and reference only and in no way define, limit, describe the scope or intent of this Agreement or any part thereof, or in any way affect this Agreement or construe any provision of this Agreement. Section 13. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, but all of which, taken together, shall constitute one and the same document. 6 1 P a 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 DSW, 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. Section 17. Conditions of Grants or Funding; ARPA Contingency; Pricing. DSW shall afford most favored customer/nation pricing to the City and, to the extent necessary for the City to comply with controlling law or the conditions of grants (such as, but not limited to, the Community Development Block Grant program) or funding from other governmental agencies or entities, agree to contract terms and 71Pa.� e conditions required from or by said grants or funding sources. DSW agrees to perform consistent with those provisions of controlling law as if mandatory contractual provisions of grantor agencies or entities were a part of this Agreement. This Section shall be deemed to include, but not be limited to, the provisions of the American Rescue Plan Act to the extent that the provisions of that Federal law may apply to the provision of goods and services under the provisions of this Agreement. IN WITNESS WHEREOF, the City and DSW have executed this instrument for the purpose herein expressed and DSW represents and affirms that the signatories below have full and lawful authority to bind DSW in every respect. SIGNATURE BLOCKS FOLLOW: ATTEST: DSW HOMES, LLC, a Texas corporation. Donald Gerratt James -F ---Schumer Manager Manager Date: 06/26/23 By: ' -1 PaulJudso Manager ATTEST: CITY OF SANF i L' By: Traci Houchin, MMC, FCRMIQ'jI"j .. Art W druff City Clerk �+t Mayor 'Date: 0 r y r✓ 1^. �.�Y Approved as to form and legal suffic en'k;4 William L. Colbert, City Attorney 811'age EXHIBIT "B" INSURANCE REQUIREMENTS (1) DSW shall obtain or possess and continuously maintain the following insurance coverage, from a company or companies, with a Best Rating of A- or better, authorized to do business in the State of Florida and in a form acceptable to the City and with only such terms and conditions as may be acceptable to the City unless the bid documents exclude or include certain types of insurance coverage or the level of coverage: (a) Workers Compensation/Employer Liability: DSW shall provide Worker's Compensation for all employees. The limits will be statutory limits for Worker's Compensation insurance and $3,000,000 for Employer's Liability. (b) Comprehensive General Liability: DSW shall provide coverage for all operations including, but not limited to, contractual, products, complete operations, and personal injury. Commercial General Liability is to include premises/operations liability, products and completed operations coverage, and independent vendor's liability or owner's and vendor's protective liability. The limits will not be less than $2,000,000 Combined Single Limit (CDL) or its equivalent. (c) Comprehensive Automobile Liability: DSW shall provide complete coverage for owned and non -owned vehicles for limits not less than $2,000,000 CSL or its equivalent. (d) Professional Liability: DSW shall provide coverage for all professional services performed. The limits will not be less than $2,000,000 CSL or its equivalent. (e) Sex Abuse Liability: DSW shall provide coverage with limits not less than $1,000,000 CDL or its equivalent. (2) All insurance other than Workers Compensation to be maintained by DSW shall specifically include the City as an additional insured. (3) For additional insurance requirements reference is made to the requirements shown in the "Standard Contractual Terms and Conditions," as provided on the City's website, which website can be reached and accessed, as well as said terms and conditions reviewed, at: www.SanfordFL.gov. 91Page AC4C>R n® CERTIFICATE OF LIABILITY INSURANCE DATE(MWDDNYYY) 6/26/2023 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 Oakbridge Insurance Agency LLC P.O. Box 20668 Saint Simons Island GA 31522 CXMIAL;I NAME: Kathleen Ferra PHONE FAX A/c ExtI: 912-268-4612 A/c No): 912-634-1819 ADOREss: kferra@oakbridgeinsurance.com INSURER(S)AFFORDING COVERAGE NAIC # INSURER A: Champlain Specialty Insurance Company 16834 12/3/2023 INSURED DSWHOME-02 INSURER B: Travelers Casualty Insurance Company Of America 19046 DSW Homes LLC 1650 E Winding Way Drive Suite B INSURER C: Insurance Company Of The West 27847 INSURER D: Underwriters At Lloyd's, London 15642 INSURER E: MED EXP (Any one person) $ 5,000 Friendswood TX 77546 -----------,---------- INSURER F: COVERAGES CERTIFICATE NUMBER: 65520979 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. NOTVNTHSTANDING 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. /NSR LTRVVVD TYPEOFINSURANCE ADDLSUBR POLICYNUMBER MMlp� F MW YEXP LIMITS A X COMMERCIAL GENERAL LIABILITY CSARCGL000155201 12/312022 12/3/2023 EACH OCCURRENCE $1,000,000DAMAGE CLAIMS -MADE a OCCUR 7 _ To RENTED— PREMISES Ea occurrence $ 300,000 MED EXP (Any one person) $ 5,000 PERSONAL &ADV INJURY $1,000,000 GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY a JET 0 LOC PRODUCTS -COMP/OPAGG $2,000,000 $ OTHER: B AUTOMOBILELIABILITY BA2W0345492242G 1213/2022 12/312023cciden Ea aCOMBINED SINGLE LI IT $1,000,000 BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS IX X HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY BODILY INJURY (Per accident) $ PROPERTY DAMAGE Is Per accident A X UMBRELLAUAB X OCCUR CSARCEL000155301 12/3/2022 1213/2023 EACH OCCURRENCE $3,000,000 AGGREGATE $ 3,000,000 EXCESS LIAB CLAIMS -MADE DED I I RETENTION $ I PlCOAGGREGATE $ 3,000,000 C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANYPROPRIETOR/PARTNERIEXECUTIVE WGA504337304 10/1/2022 1011/2023 X STATUTE ER E.L. EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? a (Mandatory in NH) N/A E.L. DISEASE -EA EMPLOYEE $1,000,000 EL DISEASE - POLICY LIMIT $1,000,000 IDESC PTION OF OrPERATIONS below D BUILDERS RISK 22PHB0080 12/31/2022 12/3112023 BUILDING $25,000,0000 SEE ATTACHED DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) CERTIFICATE HOLDER IS LISTED AS ADDITIONAL INSURED AS RESPECTS GENERAL LIABILITY COVERAGE AS REQUIRED BY CONTRACT OR AGREEMENT. WORKERS COMPENSATION POLICY INCLUDES COVERAGE FOR EMPLOYEES IN THE STATE OF FLORIDA. OAR ;4112V!F. Mi 9J111INIR:1 City of Sanford, Purchasing Division City of Sanford Post Office Box 1788 Sanford FL 32772-1788 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 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: DSWHOME-02 LOC #: AC CORV ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMED INSURED Oakbridge Insurance Agency DSW Homes, LLC 1650 E Winding Way Drive POLICY NUMBER 22PHB0080 Suite B Friendswood TX 77546 CARRIER NAIC CODE Lloyds of London EFFECTIVE DATE: AQUI I IUNAL KtMAK1K5 THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance LIMITS $ 25,000,000 AGGREGATE $ 500,000 ANY ONE BLDG OR STRUCTURE $ 25,000,000 WINDSTORM AND HAIL $ 10,000,000 FLOOD (ALL OTHER FLOOD ZONES) $ 2,500,000 FLOOD (TIER 1) $ 10,000,000 EARTHQUAKE/VOLCANIC ACTIVITY EARTHQUAKE EXCLUDED IN CALIFORNIA, ALASKA, HAWAII AND PUERTO RICO DEDUCTIBLES $10,000 ALL PERILS EXCEPT WINDSTORM AND HAIL $5,000 (PER HOME) SUBJECT TO $50,000 MIN NAMED WINDSTORM TIER 1 COUNTIES 5% OF THE TOTAL TIV AT RISK AT THE TIME AND PLACE OF LOSS SUBJECT TO A MIN DED OF $100,000 OUTSIDE TIER 1 COUNTIES 2% OF THE TOTAL TIV AT RISK AT THE TIME AND PLACE OF LOSS OF SUBJECT TO A MIN DED OF $25,000 FLOOD $ 500,000 (100 YEAR FLOOD ZONE) $ 50,000 (ALL OTHER FLOOD ZONES) EARTHQUAKE $25,000 OTHER SUBLIMIT(S) $50,000 SEWER BACK-UP ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD �,FaKb Was] 0�0 U FLORIDA WS— RM Item No. CITY COMMISSION MEMORANDUM 23-11 O.L JUNE 26, 2023 AGENDA To: Honorable Mayor and Members of the City Commission PREPARED BY: Nicole Osburn, Comm. Relations & Neighborhood Eng SUBMITTED BY: Norton N. Bonaparte, Jr., ICMA-CM, Citya SUBJECT: RFP 22/23-15 Homeowner Occupied Mindfr Home Repa STRATEGIC PRIORITIES: ❑ Unify Downtown & the Waterfront ❑ Promote the City's Distinct Culture ❑ Update Regulatory Framework ❑ Redevelop and Revitalize Disadvantaged Communities SYNOPSIS: Approve the procurement to LMCC Specialty Contractors dba: Mims Construction and DSW Homes, LLC under RFP 22/23-15 for Homeowner Occupied Minor Home Repairs is requested. FISCAL/STAFFING STATEMENT: Funding for the procurement of the contractor, LMCC Specialty Contractors dba: Mims Construction and DSW Homes, LLC will come from The U.S. Department of Housing and Urban Development (HUD) for Program Years 2017 – 2020 (accrued balance of unspent funds for housing programs). To be more specific the funding breakdown as follows from PY 2017 $6,296; PY 2018 $11,539; PY 2019 $4,324 and from PY 2020 $237,598. BACKGROUND: The City processed a new solicitation RFP 22/23-15, Homeowner Occupied Minor Home Repairs and received five solicitations. After reviewing the vendors documentation only two were selected. LMCC Specialty Contractors dba: Mims Construction and DSW Homes, LLC., were the most responsive and quality bidders to complete the project. The purpose of the solicitation is to have multiple vendors to compete against each other for the projects. LEGAL REVIEW: The Assistant City Attorney has reviewed and has no legal objection with the procurement being implemented as proposed. The appropriate contracts will be processed upon action by the City Commission. RECOMMENDATION: City staff recommends that the City Commission approve the procurement to LMCC Specialty Contractors dba: Mims Construction and DSW Homes, LLC. under solicitation RFP 22/23-15 Homeowner Occupied Minor Home Repairs. SUGGESTED MOTION: "I move to approve the procurement to LMCC Specialty Contractors dba: Mims Construction and DSW Homes, LLC. under solicitation RFP 22/23-15 Homeowner Occupied Minor Home Repairs". Attachments: (1). RFP 22/23-15 Agreements. (2). Bid opening certification minutes, etc. (3). Solicitation Tabulation Sheet (4) LMCC Specialty Contractors dba: Mims Construction and DSW Homes, LLC. Solicitation is available in the City Clerk's Office. June 8, 2023 oQ��FORn, Flo QST. 18��FINANCE DEPARTMENT BID TABULATION SHEET Solicitation: RFP 22/23-15 Homeowner Occupied Minor Home Repairs Due Date: Thursday, June 1, 2023 at 2:OOPM Local Time Bid Opening: City Commission Chambers The following bids were received: 1. DSW Homes, LLC 2. MGM Contracting Inc., a. (Non -Responsive) Incorrect Notarization 3. LMCC Specialty Contractors dba: Mims Construction 4. Orange Avenue a. (Non -Responsive) Incomplete Attachment F, N, and K. 5. Patriot Response Group, LLC a. (Non- Responsive) Incomplete Attachment "K" 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. Finance Department I Purchasing Division -300 N. Park Ave Sanford, FL 32771 Tel: 407.688.5000 Fax: 407.688.5021 Email: nurchasinQ(«)sanfordfl.<,ov Jeff Triplett Art Woodruff Velma H. Williams Patrick Austin Patty ih4ahany Norton N. Bonaparte, Jr. Mayor District 1 District 2 District 3 District 4 City Manager City Hall, 2nd Floor • 300 North Park Avenue - Sanford, FL .32771-1244 • PO Box 1788 • Sanford, FL 32772-1788 p. 407.688.5020 • f. 407.688.5021• sanfordfl.gov o4�PNEo A, Jeff Triplett Art Woodruff Velma H. Williams Patrick Austin Patty iMahany Norton IN]. Bonaparte, Jr. Mayor District 1 District 2 District 3 District 4 City Manager City Hall, 2nd Floor • 300 North Park avenue • Sanford, FL 32771-1244 • PO Box 1788 • Sanford, FL 32772-1788 p. 407.688.5020 • f. 407.688.5021• sanfordfl.gov CITY OF SANFORD, FLORIDA - PURCHASING DIVISION SOLICITATION OPENING CERTIFICATION AND MINUTES (Section 255.0518, Florida Statutes) A. solicitation Title Homeowner Occupied Minor Home Repairs Number RFP 22/23-15 Opening Date June 1, 2023 Time 2:OOPM Solicitation Documents Including Announcement of This Opening Are Available for Viewing or Downloading at www.mvvendorlink.coni Location of Opening: City Commission Chambers 1. 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. ❑ IFB- Announced the name of each bidder and the amount of their bid. FY/IRFP- Announced the name of each respondent. ❑ RFQ- Announced the name of each respondent. 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 tabulation below reflects the information read. 2. Name of City e --nounced the bids: Mariso) Ordonez, Purchasing Manager Certification (1 By: June 1, 2023 Marisol Ordonez, Purchasing Manager i /i ale ` date printed name and title Certification (2) By: printed name and title 3. The public notice dic t6d 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. 119.07(1) and s. 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 -Cite of Sanford Procurement Procedure 6-500 mandates that its applicable to an IFB: the Inane of each bidder and the specific amount of the bid will be shared at the opening, for an RFP or RFQ the larnle of each person or firm will be shared at the opening. (Florida Statures neap befound at: hup:Mvmv.leg.state fl.us/stututesQ �6 � e M 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.' ' Page 1 of 1 City Of Sanford Doc City of Sanford Purchasing Division 300 N. Park Avenue Suite 243, 2nd Floor Sanford, Florida 32771 RE: Solicitation RFP 22/23-15 Solicitation Title: Homeowner Occupied Minor Home Repair Program Attention: Marisol Ordonez, Purchasing Manager K ORIGINAL Submitted by: DSW June 1, 2023 Headquarters: 1650 E Winding Way Dr., Bldg. B. Friendswood, TX 77546 Local: 411 Central Park Dr., Sanford, FL 52771 Contact: Ashley Byrd (409) 959-67041 ashley.byrd@dswhomes.com VIi Legal name of company: DSW Homes, LLC Address of firm's principal office: Headquarters: 1650 E Winding Way Dr., Bldg. B, Friendswood, Texas 77546 Additional office locations: Beaumont, TX Miami, FL Elizabethtown, NC Nags Head, NC Fort Myer, FL New Bern, NC Harlingen, TX Orlando, FL Hatillo, PR Panama City Beach, FL Houston, TX Paradise, CA Jacksonville, FL Rockport, TX Johnsonville, SC Sanford, FL Lakeland, FL San Juan, PR La Place, LA Number of years in business: 13 Years; established November 17, 2009 Type of operation: Limited Liability Company (LLC), Texas Number of employees: DSW currently has 96 total employees; DSW Homes is willing and able to hire any additional resources needed to fulfill contract obligations Annual sales volume: Annual revenue $113,600,000.00 Licensed for Business: Alabama, California, Connecticut, Florida, Georgia, Louisiana, South Carolina, Mississippi, New Jersey, North Carolina, Texas, Tennessee, Puerto Rico, Utah Principal owners: James Schumer 89%, Donald Gerratt 11% FEIN: 27-1330085 DUNS: 010-404-4807 UEL DLSDM8LA7N9 1- ��illlllllllllllllllllli , Letter of Transmittal Founded in 2009 in response to the catastrophic effects of Hurricanes Ike and Rita on the Texas Southeast Coast, DSW Homes, LLC (DSW) has become a leader in disaster recovery construction, providing excellent customer service and restoring homes along coastal regions of the United Sates. Since 2018, DSW has been providing relief and support to Florida residents impacted by Hurricanes Michael and Irma. We also have operations in the City Sanford solely working on disaster recovery from Hurricanes Irma and Ian. To date, DSW has completed over 15,000 residential renovation, elevation, emergency repair, MHU and new construction projects totaling nearly $1 billion in federally funded projects. Our past and current contracts serve (12) different states/US territories. In addition, we have been involved in over 45 federally funded grant programs, primarily FEMA and Community Development Block Grants— Disaster Recovery (CDBG-DR). DSW's services and capabilities are diverse. We can provide oversight and management of construction programs as well as provide construction services related to residential renovation, design, new construction, mitigation, and elevation. Our experience includes single-family and multi -family residential projects. DSW understands all phases of residential construction from customer service, design, engineering, permitting, construction, and inspections, to key turnover. DSW is an expert in the in the field, specifically in CDBG programs. Our main functions include lot infills and community revitalization with an emphasis on single-family and multi -family homes. Our foundation begins with identifying key areas within cities and lifting them up through scalable development. Our success is built on developing affordable, resilient homes within existing communities. Our commitment is to restore community pride through quality housing development. Our team is fully qualified and highly capable of providing support to the City of Sanford. M Individuals and Qualifications Organizational Chart Purchasing Te d Sw synergy. systems. solutions. ble Accounts Receivable Sanfo Team Background Summary CROi,, ' Mr. Gerratt has over 25 years experience monitoring construction ''� activities including quality control, customer satisfaction, individual home budgets, and construction schedules. Mr. Gerratt has managed y numerous CDBG and other federally funded contracts totaling nearly $1 billion dollars. Experience Record Years in Construction Chief Executive Officer, DSW, 2021- Present 25+ Mr. Gerratt leads and manages teams while developing and implementing effective strategies, and driving organizational growth. He has extensive experience in financial management, budgeting, and Years with DSW contract negotiation. He communicates and coordinates closely with clients; and works with developers, suppliers, and vendors to develop 13 approaches that result in significant cost and schedule savings. Chief Operating Officer, DSW, 2010 - 2021 Education Achieved high standards of construction quality in a controlled cost BS Construction Management, environment, contributing to the company's profitability. Met planned Brigham Young University, objectives and maintained high standards of health and safety. UT, 2001 Ensured budgeted ob*ectives are met with a commitment to build and motivate staff. For the CDBG contracts, managed projects totaling nearly $1 billion. Trained staff on daily practices to improve efficiencies. Registrations Oversaw the daily activities of construction operations to ensure NYC DOB Licensed highest possible level of customer satisfaction. Superintendent VP of Operations, Crescent Homes SC, Inc., Charleston, SC, 2009 - #26443 2010 Led employees, suppliers, and subcontractors in building homes Training throughout the area. Oversaw the creation of Crescent Homes as a . OSHA 10 Hour newly formed entity in the market. Responsible for all aspects of the homebuilding business including P&L analysis, customer satisfaction, - Lead Renovator; 40 CFR Part feasibility studies within the market. 745.225; Certification No. R -1 - VP of Operations, Brentwood Homes, Charleston, SC, 2008 - 2009 1234-11-00025 Led operations to ensure optimal profitability and inspired employees to integrate smart business thinking and habits. Communicated regularly with customers to ensure customer satisfaction improved. Oversaw direct construction costs and worked on decreasing costs and donald.gerratt@dswhomes.com improving construction practices to increase gross margins of each (409) 338-6289 home. Production Manager, Brentwood Homes, Inc., Charleston, SC, 2007-2008 Focused with each individual builder to improve build -out times of each home enabling company to decrease cycle times from building permit to final close. Continually pushed for smarter construction practices on each home which resulted in higher quality and improved vendor relationships. Curtis Clayton, Chief Operating Officer Background Summary Mr. Clayton has more than 20 years of construction experience. He has extensive experience in all aspects of residential construction. Experience Record Chief Operating Officer & VP of Construction DSW, 2010 - Present Performs internal reporting, maintains project schedule and budget, tracks change orders, and ensures health and safety compliance and contract compliance. Inspects and verifies that subcontractors are in compliance with all specifications, quality documents, and procedures. Assisted in streamlining company rehabilitation standards and procedures and in creating and implementing the DSW Homes Safety program. Supervised projects totaling more than $500M on CDBG Rehabilitation contracts. Responsible for scheduling, budgets, and total customer satisfaction on all projects. Helped create guidelines for selecting qualified subcontractors, set up a subcontractor base in multiple locations, and created a materials book for subcontractors to use. Responsible for plan takeoffs of new homes in Texas and New York. Head Project Manager, Crescent Homes, SC, 2009 - 2010 Managed the construction/development of four subdivisions. Worked closely with the owner to help make plans more cost effective. Worked with purchasing department to cut costs in all plans and projects. Ran warranty department for new homes. Worked with building officials, code enforcers, and other city inspectors to pull permits and make sure project is completed correctly and on time. Area Manager, Brentwood Homes, SC, 2008 Oversaw four subdivisions and their superintendents. Helped superintendents trim down their build out times to help close homes quicker. Managed the quality of homes in each subdivision. Managed a community project with several commercial tasks including a church and work/live units. Worked closely with land developer to ensure completion in a timely manner. Helped purchasing department cut costs with subcontractors and helped them redo take -offs on plans to save time and money. Builder, Brentwood Homes, Myrtle Beach/Goose Creek, NC, 2007 - 2008 Managed home and townhome construction from ground breaking to completion. Responsible for quality, schedule, and budget on homes ranging from starter homes to larger custom homes. Worked with superiors to cut costs on jobs and streamline construction. Employee of the Month in March 2008 for closing 9 homes in one day. Years in Construction 20+ Years with DSW 13 Education BS Construction Management, Utah Valley University, UT, 2001 Registrations NYC DOB Licensed Superintendent #25774 Training - OSHA 10 Hour - OSHA 30 Hour - Lead Renovator; 40 CFR Part 745.225; Certification No. R-1- 1234-11- 00027 - Numerous seminars for specialized industry specific training in construction management. Superintendent, Cue Craft Construction, Provo, UT, 2004 - 2007 curtis.clayton@dswhomes.com Scheduled and estimated materials and human resources for each project. Managed and built over 70 custom homes, ranging in size from (843) 855-9662 2,000 to 14,000 sq. ft. including town homes, condos, and some remodels in Utah Valley. Justin Coogler, Florida Program Manager Background Summary Justin Coogler's leadership skills as part of the Marine Corps for 8 years were exemplary. He is a natural leader, inspiring his fellow Marines to perform at their best and to strive for excellence. He is a master of organization and delegation, ensuring that tasks are completed efficiently and effectively. His leadership style is one of respect and fairness. Experience Record Program Manager, DSW Homes, LLC, Florida 2023 - Present Mr. Coogler is an experienced and dedicated program manager, overseeing four of DSW's six Florida offices. He is responsible for managing and evaluating resources to ensure maximum productivity, while minimizing expenses. He ensures all employees adhere to industry -standard health and safety regulations, and sets ambitious goals that are communicated to key personnel. Additionally, he establishes workflow policies that optimize speed and efficiency. As a program manager, Mr. Coogler also monitors project progress, resolves any issues that arise. Program Manager, DSW Homes, LLC, Houston, TX 2020 - 2023 Monitored and facilitated site operations with a focus on safety and efficiency, verified compliance with applicable regulations and requirements, developed and enforced a site budget to reduce unnecessary expenses and foster growth, enforced project timelines and milestones, supervised, coordinated, or scheduled activities of construction or extractive workers, brought in well-qualified employees to fill important vacancies, and controlled labor costs by streamlining workflows. Project Manager, Grizzly Services, Elmer, LA, 2017 - 2020 Mr. Coogler coordinated and communicated daily work plans through operational planning and informational meetings, controlled expenses through effective budgeting and timeline management abilities, and implemented successful work by coordinating critical materials from suppliers, transporters, and subcontractors. He oversaw field construction activities, monitored work of subcontractors and verified compliance with contract terms, and managed site conditions, including safety protocols and scheduling. Platoon Sergeant, US Marines Corps, Yuma, AZ, 2009 - 2017 Selected products and negotiates buying terms with vendors, including price, margin, exclusivity, and delivery terms. Conducted market research and competitive analysis to identify growth opportunities. Overseen order placement and delivery. Prepared daily, weekly, monthly, and quarterly selling reports to analyze performance and make improvements. Years in Construction S Years with DSW 3 Certifications 2021 - Lead Renovator Certification 2019 - Sergeants Leadership Course , Okinawa, Japan 2011 - OSHA 10 OSHA, Yuma, AZ justin.coogler@dswhomes.com (346) 477-1440 Paul Judson, VP of Estimating & Purchasing Background Summary Mr. Judson has over 20 years experience in overseeing scattered lot residential construction in over 40 different counties and parishes in 6 different states. He oversaw production and performed cost control for thousands of different projects. He has managed superintendents and office coordinators. He is proficient with quality control checklists, and systems management, and plan interpretation. He is also accustomed to working with budgets and handling payroll. Experience Record VP of Estimating & Purchasing, DSW, 2015 - Present Responsible for overseeing and coordinating purchasing and estimating personnel. Works with subcontractors and suppliers to negotiate pricing and contracts for all projects. Produces estimates for incoming projects and works with various production managers in different DSW Homes locations to meet their estimating needs. Production Manager, DSW, 2012 - 2015 Maintains daily paperwork required for each job site and the crew. Implements and follows through with job instructions provided by the Project Manager. Schedules and manages subcontractors and materials delivery. Ensures safety and quality control requirements are followed. Provides leadership, guidance and actively trains/ promotes learning to crew. Performs follow through on project closeout warranty period. General Manager, Production Manager, & Superintendent, America's Home Place, Greenville, SC; Jackson, MS; Hattiesburg, MS; 2002 - 2012 Site evaluation and development for multiple styles of custom homes. Develop and improve quality control inspection checklist. Work with code officials, environmentalist, and professional engineers to build custom homes to meet local and national codes. Hire and train new supplier and subcontractor trade bases. Manage other people in an office environment, motivating and advising others to excel. Hire and train superintendents in a Production Manager role. Work directly with draftsman and estimators to improve proficiency of our production. Worked directly with the customer overseeing construction of custom homes. Managed warranty work and problem solving with both trade bases and customers. Worked directly with Loan Officers, and processors to help our customers obtain FHA, VA, Conventional, USDA, and grant subsidized loans. Work with corporate officers to resolve issues arising in construction, trades and personnel in areas outside my stewardship Years in Construction 23 Years with DSW 11 Education Associates Construction Management, Brigham Young University, UT Registrations Licensed contractor, AL, CA, CT, FL, GA, LA, MS, NC, PR, SC, TN, TX, UT Training • OSHA 10 Hour • OSHA 30 Hour • Numerous seminars for specialized industry specific training in construction management. paul.judsoncdswhomes.com (409) 939-3344 Sue Stanley, Environmental, Health, & Safety Manager Background Summary Ms. Stanley has over 25 of experience in various environmental, years health and safety positions. Her experience and extensive work history is leading DSW Homes to be one of the best in the business in "f Environmental, Health and Safety arenas. Experience Record Years in Construction Environmental, Health & Safety Manager, DSW, 2015 - Present Review environmental and safety compliance requirements for various 25+ Disaster Recovery Housing Program Guidelines where DSW Homes is actively participating and provide guidance to facilitate compliance. Evaluate compliance with regulatory requirements and internal policies Years with DSW governing Lead -Based Paint (LBP), Asbestos and OSHA. Plan and 7 implement safety policies and procedures in compliance with local, state and federal rules and regulations. Ensure that construction production staff meets safety and other federal, state and internally Training mandated requirements including EPA, HUD, and OSHA. • OSHA 10 Hour Senior Lead-based Paint Inspector, AECOM, Galveston, TX, 2013- • EPA certified Renovator 2015 Compile field data for Lead based Paint (LBP) inspections, specific to (expires 2020) residential housing in support of the City of Galveston Disaster • Asbestos Abatement Recovery Housing Program. Complete LBP Inspection, Risk Assessment Supervisor course and Clearance reports. Review, approve and provide quality control of . U.S. DOT Motor Carrier Safety LBP Mitigation Documentation. Conduct on-site pre -construction meetings with contractors to address environmental and safety concerns before jobs begin. Perform environmental and safety surveys Compliance course and inspections throughout construction. • OSHA 30 Hour Safety Compliance Administrator/Human Resources Coordinator, • DOT Flogger Affiliated Transportation Systems, Inc., Lawton, OK, 2011- 2013 • Scaffold User Maintain driver qualification (DQ) files on company drivers and owner operators of three household goods motor carriers in accordance with • NYC Site Safety Course DOT FMCSA regulations. Conduct all OSHA, DOT, Quality Labor • Confined Space Certification, and internal training for all new employees. • Certified Manager of Principal Instructor/Lead-Based Paint Inspector Risk Assessor, Maintenance CONNOR, Baltimore, MD, 2009 - 2011 • Certified Occupancy Specialist Responsible for training maintenance supervisors and workers, leasing agents, property managers, owners and trade contractors on lead safe •Certified Financial Manager work practices and federal regulations governing lead based paint in compliance with the EPA's renovation, repair, and painting certification requirements. Perform Risk Assessments and perform Clearance lead sue.stanley@dswhomes.com dust and soil sampling after renovations in accordance with the (580) 222-9498 Louisiana Small Rental Property Road Home program. Litigation DSW Homes, LLC confirms that there are no pending litigation cases or legal actions against the company that would have any effect on our ability to perform the work outlined in this program. Financial Information HAS FIRST May 25, 2023 City of Sanford, FL 300 N. Park Avenue Suite 243 2nd Floor Sanford, FL 32771 SUR RE: Homeowner Occupied Minor Home Repairs RFP 22/23-15 To Whom It May Concern: CE Please be advised DSW Homes, LLC has a surety relationship with Travelers Casualty and Surety Company of America and Texas First Insurance is one of their authorized agents. Travelers Casualty and Surety Company of America has an "A++ Superior" rating according to A.M. Best and qualifies as an acceptable surety on the Department of the Treasury Federal Register. Travelers Casualty and Surety Company of America believes DSW Homes, LLC maintains a very experienced management team and they have successfully completed all projects in a professional manner. Travelers Casualty and Surety Company of America has supported single projects up to $100,000,000 along with a $500,000,000 aggregate capacity for DSW Homes, LLC. Travelers Casualty and Surety Company of Amcrica will consider bonding additional projects for DSW Homes, LLC outside of these parameters subject to a satisfactory review of financial underwriting guidelines and specific contract details at the time of such request. Please call me directly at (409) 934-8016 if you have any further questions or need additional information. Thanks again for your consideration of our client. Travelers Casualty and Surety Company of America Mark Smith Attorney -in -Fact 7900 Emmett Lowry Expressway • Texas City, Texas 77591 (409) 934-8000 • (800) 561-5211 • Fax: (409) 935-1883 • www.texasfirst.insurance Travelers Casualty and Surety Company of America .IPU Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casually and Surety Company of America, Travelers Casually and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the Slate of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint MARK SMITH of TEXAS CITY , Texas , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. www `r�yOSWgf 0(j, .rom � 2 d wunreae,CO W� Stale of Connecticutf u By: City of Hartford ss. Robert L. Rane enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2026 ='• 1:0�1+�Y Anna P. Nowik. Nota Public Notary ti�WFc� j� This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies. which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is riled in the office of the Secretary: and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seat by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President. any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company In the future with respect to any bond or understanding to which it is attached. I. Kevin E. Hughes, the undersigned. Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 30th day of September 2022 V �Qcofa.- - tONec'n SLL Kevin E. Hughes, Assi tant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above-named Attorneys) -in -fact and the details of the bond to which this PowerofAttorney is attached. L I kdsw synergy. systems. solutions. DSW Consolidated Balance Sheet March 31, 2023 Current Period Assets Current Assets Accounts Payable Cash and Cash Equivalents $ 4,757,714 7,414,190 Short Term Investments - Accrued Warranty Receivables 22,789,548 - Retainage Receivable 1,288,097 Line of Credit Payable Work In Progress 26,324,745 8,067,425 POC Adjustment - Underbillings 21,490,023 Current Portion of Operating Lease Inventory 222,243 $ 52,356,047 Prepaid Expenses 1,136,305 Long -Term Debt Notes Receivable 1,214,341 (52,134) Notes Receivable - Affiliates 3,101,000 Long -Term Operating Lease Other Receivables 12,607,912 $ 319,113 Loan Orig Fees - Current 27,417 Total Current Assets $ 94,959,346 Lone Term Assets Property and Equipment $ 3,711,765 Loan Ong Fees - Non -Current - Accumulated Depreciation (2,807,139) ROU Operating Lease Assets 402,491 Total Long Term Assets $ 1,307,117 Total Assets $ 96,266,463 Liabilities and Equity Current Liabilities Accounts Payable $ 4,719,823 Unearned Revenue 7,414,190 Accrued Expenses 6,836,837 Accrued Warranty 90,500 POC Adjustment - Overbillings - Payable to Affiliate 24,976,781 Line of Credit Payable - Notes Payable - Members 8,067,425 Current Portion of Debt 52,134 Current Portion of Operating Lease 198,357 Total Current Liabilities $ 52,356,047 Lone Term Liabilities Long -Term Debt $ 131,622 Current Portion Long Term Debt (52,134) Unearned Revenue - Noncurrent - Long -Term Operating Lease 239,625 Long Term Liabilities $ 319,113 Total Liabilities $ 52,675,160 Equity Member's Equity $ 8,636,653 Members' Distributions (61,104,628) Retained Earnings 87,768,490 Net Income 8,290,788 Total Equity $ 43,591,303 Total Liabilities & Equity $ 96,266,463 DSW Consolidated Income Statement For the Period Ended March 31, 2023 Revenue Cost of Sales Gross Margin Gross Margin % Prior Period Cost and Warranty Prior Period Cost of Sales Warranty Total Prior Period Cost and Warranty Overhead Salaries and Wages Bonuses and Overrides Payroll Taxes Employee Benefit Insurance Unemployment Insurance Contracted Services Supplies Shipping and Postage Dues and Subscriptions Advertising and Marketing Contributions Insurance Legal & Professional Services Rent Office Equipment Maintenance Taxes, Licenses, and Fees Telephone Vehicle Expenses Employee Business Expense Training and Seminars Utilities Office Expenses Depreciation Miscellaneous Overhead Expenses Total Expenses Interest Income Interest Expense Due Diligence Expenses Other Income Other Expense Total Other Income & Expense Net Income (Loss) EBITDA Current Activity $ 16,304,933 11,131,412 $ 5,173,521 31.73% Current Balance $ 48,588,765 32,288,356 $ 16,300,408 33.55% $ 2,390,267 (40,223) 116,172 (315,233) $ (239,284) $ 2,543,970 $ 2,637,281 $ 7,067,234 $ 5 (123,880) 184,534 (1,003,044) $ (942,385) $ 8,290,789 $ 8,516,814 $ 910,260 $ 2,506,139 23,050 169,675 70,211 202,799 42,552 110,203 394 28,108 231,562 642,690 13,503 44,466 8,648 12,451 111,920 352,302 18,422 74,848 - 3,220 256,199 774,523 65,040 113,030 74,304 215,371 3,122 10,676 13,595 49,789 35,772 115,083 16,746 45,997 79,747 216,009 368,464 1,200,619 2,556 49,483 9,864 26,504 23,921 72,978 10,415 30,269 $ 2,390,267 $ 7,067,234 $ 2,390,267 (40,223) 116,172 (315,233) $ (239,284) $ 2,543,970 $ 2,637,281 $ 7,067,234 $ 5 (123,880) 184,534 (1,003,044) $ (942,385) $ 8,290,789 $ 8,516,814 FINANCIAL STABILITY sw synergy. systems. solutions. $1 BILLION IN r� FEDERALLY ! FUNDED d PROJECTS $500 MILLION BONDING W` _ CAPACITY q I - t 1- I '' A5 ii t . ,SW has successfully completed over 13,000 residential renovation, elevation, emergency repair, MHU and n onstruction projects totaling nearly $1 Billion in federally -funded projects in our past and current contracts. company has been involved in over 50 federally -funded grant programs with FEMA and Commun elopment Block Grants— Disaster Recovery (CDBGDR). Founded in 2009 in response to the catastrophic effects of Hurricanes Ike and Rita on the Texas Southeast Coast, DSW Homes, LLC (DSW) has become a leader in disaster recovery construction, providing excellent customer service and restoring homes along coastal regions of the United Sates. Since 2018, DSW has been providing relief and support to Florida residents impacted by Hurricanes Michael and Irma. We have operations in across the state working on disaster recovery from Hurricanes Irma and Ian. To date, DSW has completed over 15,000 residential renovation, elevation, emergency repair, MHU and new construction projects totaling nearly $1 billion in federally funded projects. Our past and current contracts serve (12) different states/US territories. In addition, we have been involved in over 45 federally funded grant programs, primarily FEMA and Community Development Block Grants— Disaster Recovery (CDBG-DR). DSW's services and capabilities are diverse. We can provide oversight and management of construction programs as well as provide construction services related to residential renovation, design, new construction, mitigation, and elevation. Our experience includes single- family and multi -family residential projects. DSW understands all phases of residential construction from customer service, design, engineering, permitting, construction, and inspections, to key turnover. DSW is an expert in the in the field, specifically in CDBG programs. Our main functions include lot infills and community revitalization with an emphasis on single-family and multi -family homes. Our foundation begins with identifying key areas within cities and lifting them up through scalable development. Our success is built on developing affordable, resilient homes within existing communities. Our commitment is to restore community pride through quality housing development. Our team is fully qualified and highly capable of providing support to the City of Sanford. _100 a i I. I 'q Ir a DSW has extensive experience and proven ability to perform federally funded programs, specifically CDBG-DR. Below are just a few programs DSW has worked as a prime contractor performing management, pre -construction, procurement, permitting, construction, and other related services which are similar the scope of work set forth by the City. Name of Project Units Contract Dates Rebuild Florida Program of the Florida Department of Economic Opportunity (DEO) 2021- 300+ $39,000,000.00 Reconstruction & present Rehabilitation Hurricane Michael Rebuild Florida Program of the Florida Department of Economic Opportunity (DEO) 2021 - Reconstruction & 62 $20,000,000.00 Rehabilitation present Hurricane Irma City of Houston, TX Build Hurricane Harvey GLO 2020- 100+ $22,000,000.00 Reconstruction & Rehabilitation present (CDBG) General Texas Land Office (GLO) Hurricane Harvey 2019- 681+ $150,000,000.00 Disaster Recovery present Reconstruction & Rehabilitation South Carolina Disaster Recovery Office (SCDRO) 2017- 462 $27,900,000.00 Reconstruction & Rehabilitation presnet (CDBG) Name of Project _-i Units Contract Dates City of Houston, TX Build It Back Program Elevation & 175 $15,000,000.00 2015-2021 Rehabilitation (CDBG) New Jersey REEM Program Reconstruction, Rehabilitation, 555 $99,500,000.00 2011-2012 Elevation and Mitigation (REEM) (CDBG) SETX Regional Planning Commission Round 1 174 $19,610,000.00 2011-2012 Reconstruction & Rehabilitation Texas Housing Assistance Program (TRAP) Reconstruction 422 29,400,000.00 2009-2010 & Rehabilitation (CDBG) ---kdsw synergy. systems. solutions. Hurricane Michael Rebuild Florida Program of the Florida Reconstruction & Department of Economic Opportunity (DEO) Rehabilitation Hurricane Irma Rebuild Florida Program of the Florida Department Reconstruction & of Economic Opportunity (DEO) Rehabilitation Hurricane Ian Florida Insurance Assessment and Rehabilitation Rehabilitation City of Houston, TX Build Hurricane Harvey GLO Reconstruction & Rehabilitation Reconstruction & Harris County, TX Hurricane Harvey GLO Rehabilitation South Carolina Disaster Recovery Office (SCDRO) Reconstruction & Rehabilitation Reconstruction, N.C. Office of Recovery & Resiliency (NCORR) Rehabilitation, Elevation Reconstruction, Rehabilitation, N.C. Department of Public Safety - Emergency Management Elevation, Hazard Mitigation Assistance (NCEM) Acquisition & Demolition General Texas Land Office (GLO) Hurricane Harvey Disaster Reconstruction & Recovery Rehabilitation DSW was founded in 2009 to meet the disaster recovery needs of the coastal regions of the United States. Wit% the desire and passion to provide excellent customer service and to get homeowners back in their home: following Hurricanes Ike and Rita, the owners of DSW immediately set out to make a difference in disaster recovery construction. For over 15 years, DSW has provided superior disaster recovery and construction services to clients across the United States. To date, DSW has completed over 15,000 demolitions, residential renovations, elevation, emergency repair, MHU and new construction projects totaling nearly $1 billion in federally funded projects it our past and current contracts. DSW has been involved in over 50 federally -funded grant programs with FEMA and Community Development Block Grants—Disaster Recovery (CDBG-DR). As we continue to grow, we remair committed to being a nationally recognized leader in the disaster recovery and construction industry. DSW is ready and willing to provide the services set forth by the City DSW confidently asserts its capacity tc deliver services to the county. Moreover, with a network of 15 offices spanning the United States and US territories, DSW possesses the capability to move resources as necessary to satisfy the needs of the program . This proficiency has been consistently demonstrated over the past decade in response to various disasters. Ir alignment with this plan, DSW has an established office in the City. DSW has a competitive advantage in the disaster recovery construction industry due to our extensive experience, diverse capabilities, and commitment to client satisfaction. Our team has successfully executec numerous projects across various states, providing us with in-depth knowledge and expertise to handle complex situations. Additionally, we are a full-service firm, which means we offer a wide range of capabilities, including project management, construction, and engineering enabling us to provide end-to-end services foi our clients. DSW has developed and continues to improve upon proprietary project management software we call Tracker. This tool has evolved over the years to include project management tools developed from lessons learned in the many CDBG programs we have worked in. DSW will go into further detail of this software later in this proposal, but this tool has been developed to improve efficiencies and quality of our product. When paired with our daily disciplines, Tracker gives us an advantage that will help the City recover. Vith over 15 years of operational experience and hundreds of years of combined experience in our nanagement team, DSW holds a competitive advantage in the CDBG world. DSW has done work on over a cozen named storms, and over 50 different CDBG programs throughout the country. DSW has developed a eam that is second to none. Scattered lot rehabilitation, reconstruction and MHU replacement is in our DNA ind we are well positioned to continue this success while applying best practices learned to this program. )SW has four core values that permeate every aspect of our business, Resilience, Integrity, Stewardship, and :xcellence. Our staff and team have been trained and are committed to exemplifying these values. The applicants in this program need and deserve to be served by people who are resilient, who carry integrity on heir shoulder, don't shirk from responsibility and fulfill duties under their stewardship and do all this with a luality of service that can only be described as excellent. DSW's team members are problem solvers, they vant to serve and help. Atimately our people and system are what make up our strengths and competitive advantages and when DSW s hired to be part of your team, you will be greatly served. Dn the following you will find a comprehensive list of programs in which DSW actively participates. DSW's comprehensive approach to project assessment, planning, and execution ensures not only the most efficient program completion but the highest level of service to the client. Upon receiving an invitation to bid on a project, DSW will mobilize a member of our team in Sanford to perform a preliminary evaluation of the site and any building plans for feasibility. **DSW has held an office in Sandford since 2019. We will report any questions or concerns to the Program Administrator during the question period of the bidding process. Our estimating team will carefully prepare a bid to encompass all costs as set forth in the request for bid. Upon winning the bid and executing a contract, we begin the process of permitting, project buyout via purchase and work orders, and confirmation of color selections. Our construction process focuses on 4 key aspects of project management. 1. Customer service, 2. Budget, 3. Schedule, 4. Quality. We have key indicators and processes under each category to successfully complete the project. 1. Customer service. Each project will be assigned a project manager. The city liaison will have a direct line of communication with the project manager and will receive regular updates. We say, "your problem becomes our #1 priority until it is resolved". We will find out what the needs of the city are with regards to each project and develop a process that satisfies these needs. It is our goal to meet and exceed the needs of each of our clients through synergy in our systems. 2. Budget. Each project is bought out before we start. Our estimating team develops a material list and cut sheets to provide to our subcontractors and project managers. Having a budget established and materials procured before the project starts is key to the success of each project. 3. Schedule. We use our system of record to manage our schedule. This is driven with daily reviews between the proiect Rh10 RAC ., j. manager and a Program manager. These daily reviews assure that progress is made and affords the opportunity for challenges to be addressed each day to progress the project. This schedule is shared with the client as often is established in the preconstruction meeting. 4. Quality. We use job site and construction checklist to ensure quality of each project. These projects will typically be infill locations and it is imperative that surveyors are engaged during multiple points of construction to assure that home elevations and grading plans are closely followed. As requested by the client we can schedule site visits to review site progress and ensure the project is advancing to meet your specifications. As stated above, we have developed a sophisticated, web -based project management tool to help us process the work. Our next section will showcase this software. k'- ;t;* .�. Rh1 8R1! rsrtw••• i.� . w^•� DSW monitors all offices electronically through our customized software program. This tracking software enables office managers to view overall progress in each program and across each office location. It enables a "big picture" view of all company activities which aids in making decisions about personnel and resource placement. Within the tracking system, each workflow has a series of customized steps to be performed for each individual project. The software then projects a completion date, and the project is monitored. If it falls behind schedule, it shows up in a different color. If it's on schedule to completion it appears green. We also use icons to help indicate when a draw is ready to be submitted, when project images need to be uploaded and when there's a note about the project from the project manager or office coordinator and much more. In addition to helping track project schedules, managers can also track change orders, store project photographs for easy access by all personnel and help determine a timetable for completion. This software can track change orders, process draws, send messages, keep job site note and more. T Yt- s Ictive jobs:8 abs Assigned. Not Started: obs Under Construction: lercentJobs Behind: uperintendents: obs Under Construction per Super. average Build Out Last 90 days: average Assigned Time Last 90 days: otal Job Count Since Inception: cup Days tANF Bundle Ree f sired Ij rANP Bundle Acc opted Tully Executed T ;Nr and NTP roc G aivod lalue Enginoerin Review (IRMA) lite Plans with M 1 behind I Active Jobs: 85 Jobs Assigned, Not Started: 1 behind I 83 I Active Jobs: 52 Jobs Assigned, Not Started: 14 behin 3 3 5 Jobs Under Construction: 2 Jobs Under Construction: 1 20.00% Percent Jobs Behind: Superintendents: Jobs Under Construction per Super. Average Build Out Last 90 days: Average Assigned Time Last 90 days: Total Job Count Since Inception: St:.p- Dny> �- .uqd 50.00% 0 2.0 r Percent jobs Behind: Superintendents: Jobe 11^4--'--truction per super. s: e I i _ Brookhart, Barry '21 n � + i' 82.35' 17. 63, 48. 3 1 5.0 0.0 247.0 8 ?reject aEntlnoer - _ ----- --` -'-- �y Plnnt vaith C'— Su _ arty cnm { -7.4'.•.-, tom, ` _ _r, F - e: ...._ ._nsc .:. new 'L' i[ , " - � amu- I-'- j�•� � � � '� :� - � )� : ... DSW's executive team alone holds more than 300 years of combined experience in scattered lot residential construction. DSW has assembled a highly experienced and dependable team, led by CEO Donald Gerratt. With over 25 years of experience in the construction industry, Mr. Gerratt has managed numerous CDBG and other federally funded contracts totaling nearly $1 billion dollars. His impressive career includes roles such as Chief Executive Officer, Chief Operating Officer, Vice President of Operations, Production Manager, and General Manager. His expertise in financial, administrative, and program management, combined with his commitment to quality construction services, make him an invaluable asset to DSW. Curtis Clayton is the Chief Operating Officer of DSW, bringing with him over 20 years of experience in all aspects of residential construction. He has held various positions such as Vice President of Construction, Head Project Manager, Area Manager, Builder, and Superintendent. He has managed projects totaling over $500M, supervised the construction/development of four subdivisions, managed the quality of homes in each subdivision, and managed home and townhome construction from ground breaking to completion. In his tenure Mr. Clayton has managed complex community projects with multiple commercial tasks, and assisted the purchasing department in cutting costs with subcontractors. Mr. Clayton has streamlined DSW's rehabilitation standards and procedures, as well as creating and implementing the DSW Safety Program. His implementation of guidelines and procedures has helped Project Managers reduce build out times. VP of Purchasing & Estimating, Paul Judson has over 20 years of experience in overseeing scattered lot residential construction in over 50 different counties and parishes in 6 different states. He has managed Project Managers and office coordinators, and is proficient with quality control checklists, systems management, and plan interpretation. In his previous role as VP of Business Development at DSW, he opened new markets in the Connecticut Lower Rio Grand Valley, New Jersey, New York, Puerto Rico, USVI, as well as five regions within the state of Florida. DSW has formed a strong and dependable Sanford team that includes Program Manager Justin Coogler. Since 2017, Mr. Coogler has Manager. In this role, he was responsible for coordinating and communicating daily work plans, controlling expenses through budgeting and timeline management, overseeing field construction activities, and verifying compliance with contract terms. In 2020, Mr. Coogler joined the DSW team and quickly rose to the position of Program Manager. Mr. Coogler is responsible for monitoring and facilitating site operations with a focus on safety and efficiency. He develops and enforces budgets to reduce expenses and foster growth while enforcing project timelines and milestones. Mr. Coogler establishes schedules and requirements, while supervising, coordinating, and scheduling activities of construction. DSW's workflow is broken down by division: Estimating: DSW's estimating team creates an accurate estimate for the cost of each project. On repair projects they use Xactimate to determine the cost of materials, labor, and other expenses associated with the project. They review plans and specifications to ensure that the project is feasible and that the estimated costs are reasonable. The team also works with the project manager to ensure that the project is completed on time and within budget. Pre -construction: DSW's pre -constriction team and permitting team is responsible for the planning and preparation of each project before the actual construction begins. They are responsible for coordinating with subcontractors, obtaining necessary permits, and providing project updates. They currently have a working relationship with the City Sanford in applying for and obtaining permits. The team works to ensure that the project meets all safety and quality standards. Compliance: DSW's compliance team reviews program requirements, maintains document management systems, conducts desktop environmental reviews, disseminates environmental review information to field offices, performs construction site visits, establishes and maintains a system for auditing subcontractor insurance expirations, maintains an active training department with regulatory reference library, prepares Section 3/MWSBE compliance documentation, and much more. Purchasing: DSW's purchasing team researches and vets local subcontractors, special attention is dedicated to subcontractors who are certified as Minority, Women, and Small Business Enterprises (MWSBE), Section 3, and Historically Underutilized Businesses (HUB). Accounts Payable: DSW's accounts payable team processes invoices, verifies accuracy of payments, and ensures timely payments. The accounts payable department also maintains records of all payments and reconciles accounts with vendors. Accounts Receivable: DSW's accounts receivable team tracks payments, issuing invoices, and collecting payments. E- M ■ Certificate of Insurance A Ro® CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY) 6/1/2023 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: Kathleen Ferra Oakbridge Insurance Agency LLC PHONE FAX P.O. Box 20668 • 912-268-4612 ac No): 912-634-1819 1 MAIL Saint Simons Island GA 31522 ADDRESS: kferra@oakbridgeinsurance.com INSURER(S) AFFORDING COVERAGE _ NAIC # INSURER A: Champlain Special Insurance Co�any_ 16834 -- -- — INSURED DSWHOME-02 INSURER B: Travelers Casualty Insurance Company Of America 19046 DSW Homes LLC 1650 E Winding Way Drive INSURER C: Insurance Company Of The West 27847 Suite B INSURER D: Underwriters At Lloyd's, London 15642 Friendswood TX 77546 INSURER E: INSURER F: nnVFRAnPA CFRTIFICATF NIIMRFR-R1A71_,nnr, 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. INSR' ADDLSUBR POLICY EFF POLICY EXP TYPE OF INSURANCE LTR INSO WVD POLICY NUMBER MMIDD/YYYY MM/DD/YYYY LIMITS A ' X COMMERCIAL GENERAL LIABILITY CSARCGL000155201 12/3/2022 12/3/2023 EACH OCCURRENCE $1,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES Ea occurrence S300,000 MED EXP (Any one person) $5.000 $ 1,000,000 PERSONAL & ADV INJURY $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE POLICY PRO- JECT LOC $2,000.000 PRODUCTS - COMPIOP AGG S OTHER: I B AUTOMOBILE LIABILITY BA2W0345492242G 12/3/2022 12/3/2023 1 COMBINED SINGLE LIMIT S1.000,000 X ANY AUTO BODILY INJURY (Per person) S OWNED SCHEDULED AUTOS ONLY AUTOS S BODILY INJURY (Per accident) PROPERTY DAMAGE Per accident 5 X HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY S A X UMBRELLA LIAB X OCCURI CSARCEL000155301 12/3/2022 12/3/2023 EACH OCCURRENCE 53,000,000 _ AGGREGATE s3,000,000 EXCESS LIAB CLAIMS -MADE DED RETENTIONS P/CO AGGREGATE S 3,000,000 C WORKERS COMPENSATION AND EMPLOYERS'LIABILITY YIN FER/MANYPROPRMBE PARTNER/EXECUTIVE ❑ OFFICER/MEMBEREXCLUDED? N (Mandatory ' ) N/A WGA504337304 10/1/2022 I 10/1/2023 X i STATUTE ERPER - -- E.L. EACH E.L. DISEASECIDENT EA EMPLOYEE S1,000,000 S 1,000,000 - If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT S 1,000,000 D BUILDERS RISK 22PHB0080 12/31/2022 12/31/2023 BUILDING 525,000,0000 SEE ATTACHED DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER IS LISTED AS ADDITIONAL INSURED AS RESPECTS GENERAL LIABILITY COVERAGE AS REQUIRED BY CONTRACT OR AGREEMENT. WORKERS COMPENSATION POLICY INCLUDES COVERAGE FOR EMPLOYEES IN THE STATE OF FLORIDA. CERTIFICATE HOLDER CANCtLLA I IUN City of Sanford 300 N Park Ave STE 243 2nd Floor Sanford FL 32772 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 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: DSWHOME-02 LOC #: ,a o ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY Oakbridge Insurance Agency NAMED INSURED DSW Homes, LLC 1650 E Winding Way Drive Suite B Friendswood TR 77546 POLICY NUMBER 22PHB0080 CARRIER Lloyds of London NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance LIMITS $ 25,000,000 AGGREGATE $ 500,000 ANY ONE BLDG OR STRUCTURE $ 25,000,000 WINDSTORM AND HAIL $ 10,000,000 FLOOD (ALL OTHER FLOOD ZONES) $ 2,500,000 FLOOD (TIER 1) $ 10,000,000 EARTHQUAKE/VOLCANIC ACTIVITY EARTHQUAKE EXCLUDED IN CALIFORNIA, ALASKA, DEDUCTIBLES $10,000 ALL PERILS EXCEPT WINDSTORM AND HAIL $5,000 (PER HOME) SUBJECT TO $50,000 MIN HAWAII AND PUERTO RICO NAMED WINDSTORM TIER 1 COUNTIES 5 OF THE TOTAL TIV AT RISK AT THE TIME AND PLACE OF LOSS SUBJECT TO A MIN DED OF $100,000 OUTSIDE TIER 1 CO_UNTI_E_S_ 2�- OF THE TOTAL TIV AT RISK AT THE TIME AND PLACE OF LOSS OF SUBJECT TO A MIN DED OF $25,000 FLOOD $ 500,000 (100 YEAR FLOOD ZONE) $ 50,000 (ALL OTHER FLOOD ZONES) EARTHQUAKE $25,000 OTHER SUBLIMIT(S) $50,000 SEWER BACK-UP ACORD 101 (2008101) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Certificate of Good Standing State of Florida Department of State I certify from the records of this office that DSW HOMES, LLC is a Texas limited liability company authorized to transact business in the State of Florida, qualified on October 19, 2016. The document number of this limited liability company is M 16000008375. I further certify that said limited liability company has paid all fees due this office through December 31, 2023, that its most recent annual report was filed on January 29, 2023, and that its status is active. I further certify that said limited liability company has not filed a Certificate of Withdrawal. Given tinder my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Tiventy-seventh day of'Mareh, 2023 Tracking Number: 3435681144CU To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https:Hservices.sunbiz.org/Filings/CertiriicateOfstatus/CertiriicateAuthentication Attachment B Acceptance of Terms & Conditions I. It is noted that Professional Liability, builder's risk, garage keepers and garage liability is not required unless applicable conditions exist. If clarification is needed the CONTRACTOR must request clarification from the City of Sanford Purchasing Office. II. Vendor, Contractor, bidder shall provide, to the City of Sanford "City," prior to commencing any work, a Certificate of Insurance which verifies coverage in compliance with the requirements outlined below. Any work initiated without completion of this requirement shall be unauthorized and the City will not be responsible. III. The City reserves the right, as conditions warrant, to modify or increase insurance requirements outlined below as may be determined by the project, conditions and exposure. Certification Terms and Conditions IV. It is noted that the City has a contractual relationship with the named vendor, contractor or provider (collectively referred hereinafter as Contractor) applicable to a purchase order, work order, contract or other form of commitment by the City of Sanford, whether in writing or not and has no such contractual relationship with the Contractor's insurance carrier. Therefore, the onus is on the Contractor to insure that they have the insurance coverage specified by the City to meet all contractual obligations and expectations of the City. Further, as the Contractor's insurance coverage is a matter between the vendor and its insurance carrier, the City will turn to the Contractor for relief as a result of any damages or alleged damages for which the Contractor is responsible to indemnify and hold the City harmless. It is understood that the Contractor may satisfy relief to the City for such damages either directly or through its insurance coverage; exclusions by the insurance carrier notwithstanding, the City will expect relief from the Contractor. a. The insurance limits indicated above and otherwise referenced are minimum limits acceptable to the City. In addition, all contractor policies shall to be considered primary to City coverage and shall not contain co-insurance provisions. b. All policies, except for professional liability policies and workers compensation policies shall name the City of Sanford as Additional Insured. c. Professional Liability Coverage, when applicable, will be defined on a case by case basis. d. Umbrella Policy: In the event, the vendor carries Umbrella Policy the language shall state "Umbrella to Follow Form" to cover the underlying general and auto liability. e. In the event that the insurance coverage expires prior to the completion of the project, a renewal certificate shall be issued 30 days prior to said, expiration date. f. All limits are per occurrence and must include Bodily Injury and Property Damage. g. All policies must be written on occurrence form, not on claims made Form, except for Professional Liability. h. Self -Insured retentions shall not be allowed on any liability coverage. L In the notification of cancellation: The City of Sanford shall be endorsed onto the policy as a cancellation notice recipient. Should any of the above-described 3 City of Sanford I Finance Department I Purchasing Division Solicitation 300 N. Park Avenue Suitc 243 2nd Floor, Sanford Florida 32771 Number: Phone: 407-688-5028, or 5030 i Fax: 407-688-5021 RFP 22/23-15 FINANCE aaru[D[.aair,¢NT REQUEST FOR PROPOSALS (RFP) Due Date: Term Contract May 25, 2023 TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS I. It is noted that Professional Liability, builder's risk, garage keepers and garage liability is not required unless applicable conditions exist. If clarification is needed the CONTRACTOR must request clarification from the City of Sanford Purchasing Office. II. Vendor, Contractor, bidder shall provide, to the City of Sanford "City," prior to commencing any work, a Certificate of Insurance which verifies coverage in compliance with the requirements outlined below. Any work initiated without completion of this requirement shall be unauthorized and the City will not be responsible. III. The City reserves the right, as conditions warrant, to modify or increase insurance requirements outlined below as may be determined by the project, conditions and exposure. Certification Terms and Conditions IV. It is noted that the City has a contractual relationship with the named vendor, contractor or provider (collectively referred hereinafter as Contractor) applicable to a purchase order, work order, contract or other form of commitment by the City of Sanford, whether in writing or not and has no such contractual relationship with the Contractor's insurance carrier. Therefore, the onus is on the Contractor to insure that they have the insurance coverage specified by the City to meet all contractual obligations and expectations of the City. Further, as the Contractor's insurance coverage is a matter between the vendor and its insurance carrier, the City will turn to the Contractor for relief as a result of any damages or alleged damages for which the Contractor is responsible to indemnify and hold the City harmless. It is understood that the Contractor may satisfy relief to the City for such damages either directly or through its insurance coverage; exclusions by the insurance carrier notwithstanding, the City will expect relief from the Contractor. a. The insurance limits indicated above and otherwise referenced are minimum limits acceptable to the City. In addition, all contractor policies shall to be considered primary to City coverage and shall not contain co-insurance provisions. b. All policies, except for professional liability policies and workers compensation policies shall name the City of Sanford as Additional Insured. c. Professional Liability Coverage, when applicable, will be defined on a case by case basis. d. Umbrella Policy: In the event, the vendor carries Umbrella Policy the language shall state "Umbrella to Follow Form" to cover the underlying general and auto liability. e. In the event that the insurance coverage expires prior to the completion of the project, a renewal certificate shall be issued 30 days prior to said, expiration date. f. All limits are per occurrence and must include Bodily Injury and Property Damage. g. All policies must be written on occurrence form, not on claims made Form, except for Professional Liability. h. Self -Insured retentions shall not be allowed on any liability coverage. L In the notification of cancellation: The City of Sanford shall be endorsed onto the policy as a cancellation notice recipient. Should any of the above-described 3 Affiant Donald Gerratt policies of Sanford in accordance with the policy provisions. j. All insurers must have an A.M. rating of at least A -VII. k. It is the responsibility of the Prime CONTRACTOR to ensure that all sub -contractors retained by the Prime CONTRACTOR shall provide coverage as defined here in before and after and are the responsibility of said Prime CONTRACTOR in all respects. I. Any changes to the coverage requirements indicated above shall be approved by the City of Sanford, Risk Manager. m. Address of "Certificate Holder" is City of Sanford; 300 N. Park Avenue; Sanford, Florida 32771. n. All certificates of insurance, notices etc. must be provided to the above address. o. In the description of the certificate of insurance inlcude the solicitation number and protect name. 05/24/23 Signature of Date Typed or Printed Name of Affiant STATE OF FLORIDA Texas COUNTY OF Galveston CEO Title I HEREBY CERTIFY that on this day, take acknowledgments, personally appeared personally known to me or { } who produced known to me before me that s/he executed the known to me, Donald Gerratt DSW Homes, LIC Name of Company before me, an officer duly authorized to administer oaths and Donald Gerratt (X) who is as identification and acknowledged same. Sworn and subscribed before me, by by means of {x} physical presence or { } online notarization on the 2-1 day of may 202 23, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in the County and State last aforesaid this 24 day of May 202 23 Makayla Myers Galveston County, Texas MAKAYLA MEYE— R (Notary Public in and for the County and State Aforementioned) _ � -�I_;. clrotary PuDl�c. S!a1e of Texak =!' n Comm. E.Phes 07.282026 C - - ---- My commission expires: 07/28/2026 The City reserves the unilateral right to modify the insurance requirements set forth at any time during the process of solicitation or subsequent thereto. -Failure to submit this form may be grounds for disqualification of your submittal- Revised 12/22/2022 4 City of Sanford I Finance Department I Purchasing Division Solicitation 300 N. Park Avenue Suite 243 2" � Floor, Sanford Florida 32771 Number: _= SANFORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 RFP 22/23-15 REQUEST FOR PROPOSALS (RFP) Due Date: Term Contract May 25, 2023 TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS Affiant Donald Gerratt policies of Sanford in accordance with the policy provisions. j. All insurers must have an A.M. rating of at least A -VII. k. It is the responsibility of the Prime CONTRACTOR to ensure that all sub -contractors retained by the Prime CONTRACTOR shall provide coverage as defined here in before and after and are the responsibility of said Prime CONTRACTOR in all respects. I. Any changes to the coverage requirements indicated above shall be approved by the City of Sanford, Risk Manager. m. Address of "Certificate Holder" is City of Sanford; 300 N. Park Avenue; Sanford, Florida 32771. n. All certificates of insurance, notices etc. must be provided to the above address. o. In the description of the certificate of insurance inlcude the solicitation number and protect name. 05/24/23 Signature of Date Typed or Printed Name of Affiant STATE OF FLORIDA Texas COUNTY OF Galveston CEO Title I HEREBY CERTIFY that on this day, take acknowledgments, personally appeared personally known to me or { } who produced known to me before me that s/he executed the known to me, Donald Gerratt DSW Homes, LIC Name of Company before me, an officer duly authorized to administer oaths and Donald Gerratt (X) who is as identification and acknowledged same. Sworn and subscribed before me, by by means of {x} physical presence or { } online notarization on the 2-1 day of may 202 23, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in the County and State last aforesaid this 24 day of May 202 23 Makayla Myers Galveston County, Texas MAKAYLA MEYE— R (Notary Public in and for the County and State Aforementioned) _ � -�I_;. clrotary PuDl�c. S!a1e of Texak =!' n Comm. E.Phes 07.282026 C - - ---- My commission expires: 07/28/2026 The City reserves the unilateral right to modify the insurance requirements set forth at any time during the process of solicitation or subsequent thereto. -Failure to submit this form may be grounds for disqualification of your submittal- Revised 12/22/2022 4 Attachment C Conflict of Interest A. I am the CEO office in ATTACHMENT "C" CONFLICT OF INTEREST STATEMENT of DSW Homes. LLC with a local [Insert Title] [Insert Company Name] 500 Central Park Drive 1;512, Sanford, FL 32771 and principal office in 1650 E Winding Way Dr., Bldg. B, Friendswood, TX 77516 B. The entity hereby submits an offer to RFP 22/23-15 Homeowner Occupied Minor Home Repairs. C. The AFFIANT has made diligent inquiry and provided the information in this statement affidavit based upon its full knowledge. D. The AFFIANT states that only one submittal for this solicitation has been submitted and tendered by the appropriate date and time and that said above stated entity has no financial interest in other entities submitting a proposal for the work contemplated hereby. E. Neither the AFFIANT nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion or collusive activity, or otherwise taken any action which in any way restricts or restraints the competitive nature of this solicitation, including but not limited to the prior discussion of terms, conditions, pricing, or other offer parameters required by this solicitation. F. Neither the entity nor its affiliates, nor anyone associated with them, is presently suspended or otherwise prohibited from participation in this solicitation or any contract to follow thereafter by any government entity. G. Neither the entity nor its affiliates, nor anyone associated with them, have any potential conflict of interest because and due to any other clients, contracts, or property interests in this solicitation or the resulting project. H. I hereby also certify that no member of the entity's ownership or management or staff has a vested interest in any City Division/Department/Office. I. 1 certify that no member of the entity's ownership or management is presently applying, actively seeking, or has been selected for an elected position within City of Sanford government. J. In the event that a conflict of interest is identified in the provision of services, I, the undersigned will immediately notify the City in writing. By the signature(s) below, Uwe, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "C", Conflict of Interest Statement, is truthful and correct at the time of submission. AFFIANT SIGNATURE Donald Gerrltt Typed Name of AFFIANT CEO Title City of Sanford I Finance Department I Purchasing Division Solicitation 300 N. Park Avenue Suite 243 2" Floor, Sanford Florida 32771 Number: '- SAN01 FORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 RFP 22/23-1.5 REQUEST FOR PROPOSALS (RFP) Due Date: Term Contract May 25, 2023 TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS A. I am the CEO office in ATTACHMENT "C" CONFLICT OF INTEREST STATEMENT of DSW Homes. LLC with a local [Insert Title] [Insert Company Name] 500 Central Park Drive 1;512, Sanford, FL 32771 and principal office in 1650 E Winding Way Dr., Bldg. B, Friendswood, TX 77516 B. The entity hereby submits an offer to RFP 22/23-15 Homeowner Occupied Minor Home Repairs. C. The AFFIANT has made diligent inquiry and provided the information in this statement affidavit based upon its full knowledge. D. The AFFIANT states that only one submittal for this solicitation has been submitted and tendered by the appropriate date and time and that said above stated entity has no financial interest in other entities submitting a proposal for the work contemplated hereby. E. Neither the AFFIANT nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion or collusive activity, or otherwise taken any action which in any way restricts or restraints the competitive nature of this solicitation, including but not limited to the prior discussion of terms, conditions, pricing, or other offer parameters required by this solicitation. F. Neither the entity nor its affiliates, nor anyone associated with them, is presently suspended or otherwise prohibited from participation in this solicitation or any contract to follow thereafter by any government entity. G. Neither the entity nor its affiliates, nor anyone associated with them, have any potential conflict of interest because and due to any other clients, contracts, or property interests in this solicitation or the resulting project. H. I hereby also certify that no member of the entity's ownership or management or staff has a vested interest in any City Division/Department/Office. I. 1 certify that no member of the entity's ownership or management is presently applying, actively seeking, or has been selected for an elected position within City of Sanford government. J. In the event that a conflict of interest is identified in the provision of services, I, the undersigned will immediately notify the City in writing. By the signature(s) below, Uwe, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "C", Conflict of Interest Statement, is truthful and correct at the time of submission. AFFIANT SIGNATURE Donald Gerrltt Typed Name of AFFIANT CEO Title STATE OF FLORIDA Texas COUNTY OF Galveston HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Donald Gerratt {x} who is personally known to me or { } who produced known tome as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by known to me by means of {x} physical presence or { } online notarization on the 24 day of (\play 2023, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in the County and State last aforesaid this 2d day of m<{y 2023. Makayla Myers Galveston County, Texas (Notary Public in and for the County and State Aforementioned) SEAL My commission expires: 07/28/2026 PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE: Failure to submit this form may be grounds for disqualification of ,your submittal -w City of Sanford I Finance Department I Purchasing Division Solicitation ,S~ State of Texes' 300 N. Park Avenue Suite 243 2nd Floor, Sanford f lorida 32771 Number: c 4FORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 RFP 22/23-15 FINANCE OEPAOMENT REQUEST FOR PROPOSALS (RFP) Due Date: Term Contract May 25, 2023 TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS STATE OF FLORIDA Texas COUNTY OF Galveston HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Donald Gerratt {x} who is personally known to me or { } who produced known tome as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by known to me by means of {x} physical presence or { } online notarization on the 24 day of (\play 2023, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in the County and State last aforesaid this 2d day of m<{y 2023. Makayla Myers Galveston County, Texas (Notary Public in and for the County and State Aforementioned) SEAL My commission expires: 07/28/2026 PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE: Failure to submit this form may be grounds for disqualification of ,your submittal -w 6 MAKAYLA MEYER ':oiary Public, ,S~ State of Texes' Comm. Expilas 07-28,2026' N0tary !0 '33E:k,/ 6 Attachment D Non -Collusion / Lobby Certificate ATTACHMENT "D" NON -COLLUSION AFFIDAVIT The undersigned, by signing this document hereby certifies that the company named below hereby is or does: 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; 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. 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. DSW Homes, LLC Bidder Signature of Authorized Representative (Affiant) Date Donald Genatt, CEO Printed or Typed Name and Title of Authorized Representative (Affiant) STATE OF FLORIDATexas COUNTY OF Galveston I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Donald Gerratt �} who is personally known to me or ( ) who produced known to me as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by 7 City of Sanford I Finance Department I Purchasing Division Solicitation 300 N. Park Avenue Suite 243 2"1 Floor, Sanford Florida 32771 Number: SANFORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 RFP 22/23-15 FNAN:E CFPART%!C%T REQUEST FOR PROPOSALS (RFP) Due Date: Term Contract May 25, 2023 TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS ATTACHMENT "D" NON -COLLUSION AFFIDAVIT The undersigned, by signing this document hereby certifies that the company named below hereby is or does: 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; 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. 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. DSW Homes, LLC Bidder Signature of Authorized Representative (Affiant) Date Donald Genatt, CEO Printed or Typed Name and Title of Authorized Representative (Affiant) STATE OF FLORIDATexas COUNTY OF Galveston I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Donald Gerratt �} who is personally known to me or ( ) who produced known to me as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by 7 by means of t } physical presence or { } online notarization on the 2 4 day of may 2023, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in the County and State last aforesaid this» day of M<Ay 2023. Makyla Myers Galveston County, TX rrIy i' (Notary Public in and for the County and State Af SEAL My commission expires: 07/28/23 _ END OF SECTION MAKAYLA MEYER Notary Public. State of Texas -":'z Comm. Expirws 67.28.2026 Notnv ID 1338@182A I entioned) City of Sanford I Finance Department I Purchasing Division Solicitation 300 N. Park Avenue Suite 243 2Nd Floor, Sanford Florida -3177, Number: c", o SANFORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 RFP 22/23-15 FINANCE DEPARTMENT REQUEST FOR PROPOSALS (RFP) Due Date: Term Contract May 25, 2023 TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS by means of t } physical presence or { } online notarization on the 2 4 day of may 2023, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in the County and State last aforesaid this» day of M<Ay 2023. Makyla Myers Galveston County, TX rrIy i' (Notary Public in and for the County and State Af SEAL My commission expires: 07/28/23 _ END OF SECTION MAKAYLA MEYER Notary Public. State of Texas -":'z Comm. Expirws 67.28.2026 Notnv ID 1338@182A I entioned) Attachment E Drug Free Workplace ATTACHMENT "E" DRUG FREE WORKPLACE CERTIFICATION When applicable, the drug-free certification form below must be signed and returned with the IFB response. In order to have a drug-free workplace program, a business shall: A. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. B. Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug- free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. C. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in the first paragraph. D. In the statement specified in the first paragraph, notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893, Florida Statutes, or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. E. Impose a sanction on, or require the satisfactory participation in, a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. F. Make a good faith effort to continue to maintain a drug-free workplace through implementation of the foregoing provisions. By the signature(s) below, Uwe, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment E, Drug -Free Workplace Certification, is truthful and correct at the time of submission. AFFIANT SIGNATURE Donald Gerratt, CEO Typed Name of AFFIANT CEO Title 9 City of Sanford I Finance Department I Purchasing Division Solicitation SANFORD 300 N. Park Avenue Suite 243 2°d Floor, Sanford Florida 32771 Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 Number: RFP 22/23-15 REQUEST FOR PROPOSALS (RFP) Due Date. Term Contract May 25, 2023 TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS ATTACHMENT "E" DRUG FREE WORKPLACE CERTIFICATION When applicable, the drug-free certification form below must be signed and returned with the IFB response. In order to have a drug-free workplace program, a business shall: A. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. B. Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug- free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. C. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in the first paragraph. D. In the statement specified in the first paragraph, notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893, Florida Statutes, or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. E. Impose a sanction on, or require the satisfactory participation in, a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. F. Make a good faith effort to continue to maintain a drug-free workplace through implementation of the foregoing provisions. By the signature(s) below, Uwe, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment E, Drug -Free Workplace Certification, is truthful and correct at the time of submission. AFFIANT SIGNATURE Donald Gerratt, CEO Typed Name of AFFIANT CEO Title 9 CITY01 S City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 243 2"'t Floor, Sanford Florida 32771 Phone: 407-688-5028, or 5030 1 rax: 407-688-5021 Solicitation Number: RFP 22/23-15 FINANCE DEPARTMENT REQUEST FOR PROPOSALS (RFP) Due Date: Term Contract May 25, 2023 TITLE: HOMEOWNER OCCUPIED MINOR IIOME REPAIRS STATE OF FLORIDATexas COUNTY OF Galveston I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Donald Gerratt {) who is personally known to me or { } who produced known tome as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by known to me by means of f x} physical presence or { } online notarization on the '24_ day of may 2023, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in the County and State last aforesaid this 24 day of nvly 2023. Makyla Myers Galveston County, Texas (Notary Public in and for the County and State Aforementioned) SEAL My commission expires: 07,28/26 PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE - (if applicable) MAKAYLA MEYER `:Dtory Public, State o! Texas', Comm. Expires 07-28-20261 "IZ16i;`� Notary ID 1336N1624 H Attachment F Price Schedule ATTACHMENT "F" BID PRICE SCHEDULE AND ACCEPTANCE OF BID TERMS AND CONDITIONS Item City of Sanford I Finance Department I Purchasing Division Solicitation =' SANFORD 300 N. Park Avenue Suite 243 2°d Floor, Sanford Florida 32771 Phone: 407-688-5028, or 50301 Fax: 407-688-5021 Number: RFP 22/23-15 2. Roofer Hourly Rate "I At:. i'irF PA RT•.:r..'IT REQUEST FOR PROPOSALS (RFP) Due Date: $ 110.00 Term Contract x May 25, 2023 TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS ATTACHMENT "F" BID PRICE SCHEDULE AND ACCEPTANCE OF BID TERMS AND CONDITIONS Item Hourly Price 1. Electrician Hourly Rate $ 110.00 2. Roofer Hourly Rate $ 85.00 3' HVAC Technician Hourly Rate $ 110.00 4. Labor Worker Hourly Rate $ 60.00 5. Plumbing $ 110.00 6 Equipment and Materials percentage (%) off $ I/we, the undersigned, as authorized signatory to commit the firm, do hereby accept in total all the terms and conditions stipulated and referenced in this RFP document and do hereby agree that if a contract is offered or negotiated it will abide by the terms and conditions presented in the RFP document or as negotiated pursuant thereto. The undersigned, having familiarized him/herself with the terms of the RFP documents, local conditions, and the cost of the work at the place(s) where the work is to be done, hereby proposes and agrees to perform within the time stipulated, all work required in accordance with the scope of services and other documents including Addenda, if any, on file at the City of Sanford Purchasing Division for the price set forth herein in Attachment "F" Bid Price Schedule and Acceptance of Bid 'I'erms and Conditions. The signaturc(s) below are an acknowledgment of my/our full understanding and acceptance of all the terms and conditions set forth in this RFP document or as otherwise agreed to between the parties in writing. Bidder/Contractor Name: DSW Homes, LLC Mailing Address: 1650 E Winding Way Dr., Bldg. B , Friendswood, TX 77546 Telephone Number: 409-939-6704 Authorized Signatory Title C EO Fax Number: 409-744-3400 Donald Gerratt Printed Name 05/24/23 Date E-mail Address: ashley.byrd@dswhomes.com FEIN: EIN 27-1330085 Attachment G Acknowledgent of Addenda Attachment "G" 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. 1 Addendum No. 2 Addendum No. 3 Addcndtun No. Addendum No. Dated: 05/02/23 Dated: 05/05/23 Dated: 05/25/23 Dated: Dated: By the signature(s) below, I/wc, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "G", Addendum Receipt Acknowledgement Certification, is truthful and correct at the time of submission. Bidder/Contractor Name: r)SW Hnmpz;, I I Mailing Address: 1650 E Winding Way Dr., Bldg. B Telephone Numbcr: 409-939-6704 Authorized Signatory CEO Title Fax Number: 409-744-3404 E-mail Address: ashley.byrdOdswhomes.coI Donald Gerratt Printed Namc 05/24/23 Date FEIN: EIN 27-1330085 PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE 'Failure to submit this form may be grounds for disqualification of your submitta00 13 City of Sanford I Finance Department I Purchasing Division Solicitation 300 N. Park Avenue Suite 243 2°d Floor, Sanford Florida 32771 Number: SANFORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 RFP 22/23-15 REQUEST FOR PROPOSALS (RFP) Due Date. Term Contract May 25, 2023 TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS Attachment "G" 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. 1 Addendum No. 2 Addendum No. 3 Addcndtun No. Addendum No. Dated: 05/02/23 Dated: 05/05/23 Dated: 05/25/23 Dated: Dated: By the signature(s) below, I/wc, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "G", Addendum Receipt Acknowledgement Certification, is truthful and correct at the time of submission. Bidder/Contractor Name: r)SW Hnmpz;, I I Mailing Address: 1650 E Winding Way Dr., Bldg. B Telephone Numbcr: 409-939-6704 Authorized Signatory CEO Title Fax Number: 409-744-3404 E-mail Address: ashley.byrdOdswhomes.coI Donald Gerratt Printed Namc 05/24/23 Date FEIN: EIN 27-1330085 PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE 'Failure to submit this form may be grounds for disqualification of your submitta00 13 DATE: May 2, 2023 TO: All Bidders/Proposers FROM: Marisol Ordonez, Purchasing Manager City of Sanford Purchasing Division SUBJECT: RFP 22/23-15 Homeowner Occupied Minor Home Repairs 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. 1. DUE DATE This Addendum does not change the solicitation due date. The solicitation due date is due Thursday May 25, at 2:OOPM Local Time. Deadline for Questions regarding the solicitation is due by Thursday, May 18, 2023 at 2:OOPM Local Time. IL QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Q1. Al. 111. CHANGES, ADDITIONS AND/OR CLARIFICATIONS The 2['d mandatory meeting has been cancel for Tuesday, May 2, 2023 at 10:OOAM Local Time. Correction on Sign -In -Sheet the solicitation Number is RFP 22/23-15 not lFB 22/23-15. IV. SIGN -IN SHEET 1" Mandatory Meeting Sign -In -Sheet attached. V. ATTACHMENTS Monday, May 1, 2023 Mandatory Meeting Sign -In -Sheet attached. City of Sanford ( Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM SANFORD ail: iurchosim rn sanflLwn Phone: 407-688-5028 or 5030 Fax: 407-688-5021 Emord HOMEOWNER OCCUPIED MINOR HOME #1 REPAIR DATE: May 2, 2023 TO: All Bidders/Proposers FROM: Marisol Ordonez, Purchasing Manager City of Sanford Purchasing Division SUBJECT: RFP 22/23-15 Homeowner Occupied Minor Home Repairs 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. 1. DUE DATE This Addendum does not change the solicitation due date. The solicitation due date is due Thursday May 25, at 2:OOPM Local Time. Deadline for Questions regarding the solicitation is due by Thursday, May 18, 2023 at 2:OOPM Local Time. IL QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Q1. Al. 111. CHANGES, ADDITIONS AND/OR CLARIFICATIONS The 2['d mandatory meeting has been cancel for Tuesday, May 2, 2023 at 10:OOAM Local Time. Correction on Sign -In -Sheet the solicitation Number is RFP 22/23-15 not lFB 22/23-15. IV. SIGN -IN SHEET 1" Mandatory Meeting Sign -In -Sheet attached. V. ATTACHMENTS Monday, May 1, 2023 Mandatory Meeting Sign -In -Sheet attached. 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 RFP 22/23-15 Homeowner Occupied Minor Home Repair. DSW Homes, LLC ashley.byrd@dswhomes.com Name of Firm/Company Contact Email 1650 E Winding Way Dr., Bldg. B , Friendswood, TX 77546 Street Address City, State, Zip Code 409-744-3400 409 744-3404 Telenlhnne Number Fax Number - - Donald Gerratt CEO Authorized Person Printed Name Authorized Person Signature 11 Authorized Person Title 05/02/23 Date of Signature City of Sanford I Finance Department I Purchasing Division ur 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM SANFORD Phone: 407-688-5028 or 51130 Fax: 407-688-5021 Email: ►urchasiu��rii tianfordtLw:c HOMEOWNER OCCUPIED MINOR HOME ->. #1 REPAIR 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 RFP 22/23-15 Homeowner Occupied Minor Home Repair. DSW Homes, LLC ashley.byrd@dswhomes.com Name of Firm/Company Contact Email 1650 E Winding Way Dr., Bldg. B , Friendswood, TX 77546 Street Address City, State, Zip Code 409-744-3400 409 744-3404 Telenlhnne Number Fax Number - - Donald Gerratt CEO Authorized Person Printed Name Authorized Person Signature 11 Authorized Person Title 05/02/23 Date of Signature DATE: May 5. 2023 TO: All Bidders/Proposers FROM: Marisol Ordonez, Purchasing Manager City of Sanford Purchasing Division SUBJECT: RFP 22/23-15 Homeowner Occupied Minor Home Repairs ADDENDUM #2 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. DUE DATE This Addendum does not change the solicitation due date. The Solicitation due date is due Thursday May 25, at 2:OOPM Local Time. Deadline for Questions regarding the solicitation is due by 'Thursday, May 18, 2023 at 2:0OPM Local Time. ll. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Q1. Al. 111. CHANGES, ADDITIONS AND/OR CLARIFICATIONS Additional Information provided RFP 22/23-15 Exhibit A — Scope of Services IV. SIGN -IN SHEET V. ATTACHMENTS RFP 22/23-15 Exhibit A — Scope of Services 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 Pas: 407-688-5021 Email: iurchasing(a sanrordlL,um HOMEOWNER OCCUPIED MINOR HOME = ° #2 REPAIR DATE: May 5. 2023 TO: All Bidders/Proposers FROM: Marisol Ordonez, Purchasing Manager City of Sanford Purchasing Division SUBJECT: RFP 22/23-15 Homeowner Occupied Minor Home Repairs ADDENDUM #2 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. DUE DATE This Addendum does not change the solicitation due date. The Solicitation due date is due Thursday May 25, at 2:OOPM Local Time. Deadline for Questions regarding the solicitation is due by 'Thursday, May 18, 2023 at 2:0OPM Local Time. ll. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Q1. Al. 111. CHANGES, ADDITIONS AND/OR CLARIFICATIONS Additional Information provided RFP 22/23-15 Exhibit A — Scope of Services IV. SIGN -IN SHEET V. ATTACHMENTS RFP 22/23-15 Exhibit A — Scope of Services 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 RFP 22/23-15 Homeowner Occupied Minor Home Repair. DSW Homes, LLC City of Sanford I Finance Department I Purchasing Division Name of Firm/Company SANFORD 300 N. Park Avenue Suite 236, Sanford, Florida 32771 Phone: 407-688-5028 or 50311 Fax: 407-688-5021 Ismail: nn chasim ra sanford1b_,m ADDENDUM HOMEOWNER OCCUPIED MINOR HOME ,NANCE = ^ #2 409 744-3404 REPAIR Fax Number 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 RFP 22/23-15 Homeowner Occupied Minor Home Repair. DSW Homes, LLC ashley.byrd@dswhomes.com Name of Firm/Company Contact Email 1650 E Winding Way Dr., Bldg. B , Friendswood, TX 77546 Street Address City, State, Zip Code 409-744-3400 409 744-3404 Telephone Number Fax Number Donald Gerratt CEO Authorized Person Printed Name Authorized Person Title 05/05/23 Authorized Person Signature Date of Signature 2 DATE: May 25, 2023 TO: All Bidders/Proposers FROM: Marisol Ordonez, Purchasing Manager City of Sanford Purchasing Division SUBJECT: RFP 22/23-15 Homeowner Occupied Minor Home Repair) ADDENDUM #3 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. DUE DATE This Addendum does change the solicitation due date from Thursday, May 25, 2023 at 2:OOPM Local Time to Thursday June 1, at 2:OOPM Local Time. Deadline for Questions regarding the solicitation is no longer available. The City will respond to the questions that arc posted on VendorLink by the end of the business day today with Addendum No. 4. I1. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Q 1. Questions posted on VendorLink will be address with an Addendum No. 4 Al. III. CHANGES, ADDITIONS AND/OR CLARIFICATIONS The due date for the solicitation is now Thursday, June 1, 2023 at 2:OOPM Local time. Questions posted on VendorLink will be address with an Addendum No. 4 IV. SIGN -IN SHEET V. AT'T'ACHMENTS City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue Suite 236, Sanford, Florida 32771 ADDENDUM SA Phone: 407-688-5028 or 5030 Fac: 407-688-5021 Email: iurchasimgro sanfordlb,,m NFORD , ...,. A, ... HOMEOWNER OCCUPIED MINOR HOME #3 REPAIR DATE: May 25, 2023 TO: All Bidders/Proposers FROM: Marisol Ordonez, Purchasing Manager City of Sanford Purchasing Division SUBJECT: RFP 22/23-15 Homeowner Occupied Minor Home Repair) ADDENDUM #3 This addendum is issued to provide additional information, clarification, corrections, additions, deletions and/or answers to questions concerning the above referenced solicitation. All information provided in this addendum is incorporated into the solicitation document as set forth therein. All other parts of the solicitation have been maintained as originally distributed. This addendum supersedes any verbal and/or other instructions given to any bidder/proposer qualified to respond pursuant to the requirements set forth in the solicitation document. I. DUE DATE This Addendum does change the solicitation due date from Thursday, May 25, 2023 at 2:OOPM Local Time to Thursday June 1, at 2:OOPM Local Time. Deadline for Questions regarding the solicitation is no longer available. The City will respond to the questions that arc posted on VendorLink by the end of the business day today with Addendum No. 4. I1. QUESTIONS AND ANSWERS (Q&A) The City has received the following question(s) concerning the solicitation: Q 1. Questions posted on VendorLink will be address with an Addendum No. 4 Al. III. CHANGES, ADDITIONS AND/OR CLARIFICATIONS The due date for the solicitation is now Thursday, June 1, 2023 at 2:OOPM Local time. Questions posted on VendorLink will be address with an Addendum No. 4 IV. SIGN -IN SHEET V. AT'T'ACHMENTS Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #3 to RFP 22/23-15 Homeowner Occupied Minor Home Repair. DSW Homes, LLC Name of Firm/Company ashley.byrd@Ddswhomes.com Contact Email 1650 E Winding Way Dr., Bldg. B , Friendswood, TX 77546 Street Address City, State, Zip Code 409-744-3400 Telephone Number Donald Gerratt Authorized Person Printed Name Authorized Person Signature 2 409 744-3404 Fax Number CEO Authorized Person Title 05/25/23 Date of Signature City of Sanford I Finance Department I Purchasing Division rf o "'N"' 300 N. Nark Avenue Suite 236, Sanford, Florida 32771 ADDENDUM SANFORDv Phone: 407-688-5028 or 5030 Fax: 407-688-5021 Email: iurchasing(a sanfordlUnw HOMEOWNER OCCUPIED MINOR HOME #3 REPAIR Respondents must acknowledge receipt of this Addendum by signing this form below and returning it to the Procurement Division prior to the hour and date specified for receipt of bids/proposals or by including this Addendum with your submittal. Failure to comply may result in disqualification of your response. Acknowledgment is hereby made of Addendum #3 to RFP 22/23-15 Homeowner Occupied Minor Home Repair. DSW Homes, LLC Name of Firm/Company ashley.byrd@Ddswhomes.com Contact Email 1650 E Winding Way Dr., Bldg. B , Friendswood, TX 77546 Street Address City, State, Zip Code 409-744-3400 Telephone Number Donald Gerratt Authorized Person Printed Name Authorized Person Signature 2 409 744-3404 Fax Number CEO Authorized Person Title 05/25/23 Date of Signature Attachment H Organizational Information Attachment "N" Organizational Information The Bidder must include a copy of their State Certificate of Good Standing/Articles of Incorporation, which lists the corporate officers. In addition to the aforementioned documents the Bidder/Bidder must include necessary information to verify the individual signing this proposal/bid and or any contract document has been authorized to bind the corporation. Examples include: A. A copy of the Articles of Incorporation listing the approved signatories of the corporation. B. A copy of a resolution listing the members of staff as authorized signatories for the company. C. A letter from a corporate officer listing the members of staff that are authorized signatories for the company. TYPE OF ORGANIZA"CION City of Sanford I Finance Department I Purchasing DivisionSolicitation LLC Corporation 300 N. Park Avenue Suite 243 2"d Floor, Sanford Florida 32771 Number: F S ANFORD CITY Of te\ Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 RFP 22/23-15 7 Joint Venture 7 FINANCE DEPARTMENT REQUEST FOR PROPOSALS (RFP) Due Date: Term Contract May 25, 2023 TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS Attachment "N" Organizational Information The Bidder must include a copy of their State Certificate of Good Standing/Articles of Incorporation, which lists the corporate officers. In addition to the aforementioned documents the Bidder/Bidder must include necessary information to verify the individual signing this proposal/bid and or any contract document has been authorized to bind the corporation. Examples include: A. A copy of the Articles of Incorporation listing the approved signatories of the corporation. B. A copy of a resolution listing the members of staff as authorized signatories for the company. C. A letter from a corporate officer listing the members of staff that are authorized signatories for the company. TYPE OF ORGANIZA"CION (Please place a check mark (✓) next to applicable type) LLC Corporation Partnership Non -Profit Joint Venture Sole Proprietorship Other (Please specify) State of Incorporation Texas Principal Place of Business (Enter Address) 1650 E Winding Way Dr., Bldg. B, Friendswood, TX 77546 Federal I.D. or Social Security Number EIN 27-1330085 By the signaturc(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "H", Organizational Information, is truthful and correct at the time of submission. Bidder/Contractor Name:DSW Homes, LLC Mailing Address: 1650 E Winding Way Dr., Bldg. B , Friendswood, TX 77546 Telephone Number: 409-939-6704 l Authorized Signatory CEO Fax Number: 409-744-3404 Donald Gerratt Printed Name 05/24/23 Title Date E-mail Address: ashley.byrd@dswhomes.com FEIN: EIN 27-1330085 PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE -Failure to submit this form may be grounds for disqualification of your submittal - 14 Attachment Subcontractors Attachment "I" Proposed Schedule of Subcontractor Participation ❑ No Subcontracting (of any kind) will be utilized on this project. City of Sanford I Finance Department I Purchasing Division Solicitation Total Project Amount: S 300 N. Park Avenue Suite 243 2°d Floor, Sanford Florida 32771 Number: '- SANFORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 RFP 22/23-15 Dollar Value W Tl'IA%ir^_PANT%! ;T REQUEST FOR PROPOSALS (RFP) Due Date: SDVBE Term Contract May 25, 2023 TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS Attachment "I" Proposed Schedule of Subcontractor Participation ❑ No Subcontracting (of any kind) will be utilized on this project. Solicitation Number: RFP 22/23-15 Title: Homeowner Occupied Minor Home Repairs Total Project Amount: S Subcontractor Minority Code (if applicable) Company Name Address Phone, Fax, Email Trade, Services or Materials portion to be subcontracted Percent (%) of Scope/Contract Federal ID Dollar Value W Woman H TBD SDVBE TBD PERCENTAGE TOTALS FOR SUBCONTRACTOR PARTICIPATION PERCENTAGE TOTALS FOR i\1INORITI' SUBCONTRACTOR PARTICIPATION Minoritv Code Code Description Minoritv Code Code Description AA African American NA Native American A Asian/Pacific Islander W Woman H Hispanic SDVBE Service Disabled Veteran When applicable, the Bidder, will enter into a formal agreement with the subcontractors identified herein for work listed in this schedule conditioned upon execution of a contract with the City. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "I", Proposed Schedule of Subcontractor Participation, is truthful and correct at the time of submission. Biddcr/Contractor Name: DSW Homes, LLC Mailing_ Address: 1650 E Winding Way Dr., Bldg. B , Friendswood, TX 77546 Telephone Number: 409-939-6704 Authorized Signatory CEO Title Fax Number:409-744-3404 Donald Gerratt, CEO Printed Name 05/24/23 Date E -mail Address: ashley.byrdC�dswhomes.com FEIN: EIN 27-1330085 PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE Failure to submit this form may be grounds for disqualification of ,your submittal - 15 N YT co a Y ,y - > i sssas� S�oS3+ s s s s s fr fr fr a 3 3 EEEEE`�5 tE E ggFmas `C&& ri 2 sa z. 9 u �oEEEEFFFEEEEEE$$EEEEEEEEEEEE'EEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEE'EEEEEE u..,... uu uuuu u�..- u - - u.c, .. u �.. .. �.. W ... �.. W � W ... ., �.. .. .. W uu �.. u uu u uuuuu uuuuuuuu.. u �., .. u �., � ,. E a RRRRRR `� PP « u°cztiaz ��a� h�«�� �aM1nati� Z a tia A�;Z,Z N�Z `��ati������� Z ZZ Z �`�«ha:�a��a«�� Z as aaaaaaaaa a _ a aaaaaaaaQn^ ' ___ aaaaa_aa „ aaa�yaaaoeaoaaaaaaa 3 3° 3 A ° Y 3 3 Y y e a y` g `° --_ 3 _ 3 `° a 'n o s o e y' o_ a y` `o y _3 9 YtYYB$Y�BYrCY�YC�EYY8t$CCC:'CYEYV�YL8VCYY$EttY$EYEC�EYEYtFYYYY:'8Y`BYiYY>8 Y's YY"`:`Y Ba°siva°a3vssoa$vBSBs�aBs$saao $SSaES$SSBa§588888858$<FS8a S�- aSo ;S5 YY;YS;Y:>YY>_>Y� _ >i Y YYi3 3i3333333333333333333N3N3m% 3m35mm 333 333333m3exm3 33Y3Y3t3Y3Y3333">"_> 333t-"3`>33 3 333Y3S3Y3� 3Y3Y3Se3Y�3Y"Y yF3i3i- 3im3ie3im3 iiaiiriiiiiisiiiii ii -i. f ai iii<iiiiiiris ii23f`3iS'c3S r � - 0 0 t E a E E i Vi i<;200000= M aqa 0aaYeat3oo03 <3333 33aa333> -33<3<aa E o E '6.• b< 2 E E d E m ` a Yo Q Cg E g_ V y ' �°. i ti. •`, °_` c Z u b - 6 g x 8 ,°, yyi E % a Sfrt, E 'c v ;y m s °4, c s E e•',y' ` 3 c 6& E._ a 2. i La x `i3-�yQ a x' 'e 3A u `° E i _ =_ ? 3 c.Y9 o9. a @, s �@, e��o 3 'c 2 � - �$ e_'• o E Y , ...'? F S E S S E a $ 5? n' E 3 v` o .4 = 5 i '' u X u ° E i 3 n E 5= • x 1 Y -` x a E= _ 3 F 2 o F ot 3 _- Si $a'riY �.'nr>`f v x° i.: cE C2Ef'u ji gg Q QQyy far§�a-RRm$R�'an����#$aM ami - ^aa�eP YYYYYOYYYYYOYYN YnYYryYYYY YIY Y YBry '�YYYYY$`_ YYN ryYry YY YryYY°Yi�YYy`�80 CY�y`YYY_y'� i V rp 0_ E H Z< L g 6 A E 9 E'-` �E, E E E S+ n N i X o- u" '' s o d • n% g o r o° A c a ] o- i c a Y S S 5% R 54 3"< X s' v< s Lo Jam`a�s _asel I= N YT co a .0 U N L O LL Mw W C�C 'G V ) 0 N c co CL EW �------------ E EEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEE a aaaaaSa Sa - Z, �RCR�C� ZRII S , a SS"aNnaaaaSaS Z,t - .- L _ E E V _ L - YY8Y8CLEEYBYY+YYYYY$YS'YYYYY`. YYBYtEYYBYYYYYYYYYYY8Y$` �S9gSa a88a$S�oSo oS$o9S $8$a E8 S8S----- _ Y� Y� Y YS� SY3 �I'MNHRM' 333 33 3 ri ,3�S_i>; i s s F F F F F F F F F F F F i F F F i F F F F F F F F F F f F F F F F F f F s' F i F F 3 O O c O E ? a�=az8 EE�ya3YgEp�i'y;yrE �}sc.g�EEy�<apjry'EY4r `ak 21a L 3s>==33'x==a33>'-' :3=3saai''<=3�a 3 a o E g s 3 a° a s Effl i ,o-. �' a°° 8.''v' O vr ' E 7 �3c 3 .' a E } — EE�bEai`Ea'`f6c^'.s' a q$ O u g n n =r 3 ''•:` �YYNY YYm YY Y �Id- 8YYY11-11UJIry s � � 4g g K', E " '= mn G,`3,x8-5sa 3om "�` =��m3Xm�g�".��o° ?�geo$'� E $ E FF 93 Y J raWii ` 1 « 5 8 X a E r 3 N F F A s: 8 > 3 3 3 N c co CL As part of our commitment to cultivating a diverse and inclusive workforce, our company is committed to working with Minority, Women, and Small Business Enterprise (MWSBE) subcontractors. We understand the importance of such businesses, and the impact they can have on the communities they serve. DSW will go to great lengths to ensure that MWSBE subcontractors are given the same opportunities to succeed as any other subcontractor. We have actively sought out businesses that meet the qualifications and have been open to feedback and suggestions from the community. We have already established relationships with several MWSBE subcontractors and are confident that they will contribute to the success of the program. We take our commitments to diversity and inclusion seriously and are proud to be able to support MWSBE subcontractors. We are confident that our efforts will ensure the success of the [program] program and the impact it has on the community. We currently have a pool of subcontractors working throughout the state from current and past programs, many with MWSBE certification. To increase MBE, WBE, DBE contractor work DSW intends to: • Subdivide work • Use the MBE, WBE, DBE Directory to find firms • Directly solicit to MBE, WBE, DBEs in a timely manner • Provide relevant bidding/contract information to MWSBE Firms • Advertise opportunities • Aid MBE, WBE, DBEs • Go back to MBE, WBE, DBE subcontractors we've done business within the past "sit �1 iar k DSW is committed to proactive outreach to Section 3 Subcontractors. We will utilize our network of contacts and resources to locate qualified contractors who can meet the requirements of our company and this project. We will also actively seek out and attend job fairs and other events to ensure that we are meeting with the highest quality of Section 3 Subcontractors. Additionally, we will use our website, social media, and other internet-based marketing tools to reach out to potential Section 3 Subcontractors. We recognize that these contractors are essential to the success of our projects and are committed to providing them with the opportunity to work with us. The first step DSW takes in seeking out and hiring Section 3 Subcontractors is incorporating our outreach plan within the program region. This plan includes identifying, locating, and engaging potential subcontractors who are Section 3 qualified in the program area. This outreach plan includes evaluating the qualifications of potential subcontractors and the services they can provide. Additionally, the outreach plan incorporates a strategy for engaging Section 3 residents and providing them with information about available subcontracting opportunities. The second step DSW takes in seeking out and hiring Section 3 Subcontractors is to develop a list of qualified subcontractors. This list is created by evaluating the qualifications of potential subcontractors and the services they can provide. This list is then used to identify potential subcontractors who are Section 3 qualified and can provide the services needed for the project. ITW The third step DSW takes in seeking out and hiring Section 3 Subcontractors is to contact potential subcontractors and provide them with information about the project and the subcontracting opportunities available. This includes providing information about the scope of work, the timeline, and the payment terms. The fourth step DSW takes in seeking out and hiring Section 3 Subcontractors is to negotiate and execute contracts with qualified subcontractors. This includes negotiating the terms of the contract, including the scope of work, timeline, and payment terms. Once the contract is executed, DSW will monitor the subcontractor's performance to ensure that the project is completed on time and within budget. l FAt�� DSW is committed to making good faith efforts towards hiring certified Veteran -Owned Small Business (VOSB) subcontractors. We understand the importance of providing employment opportunities to veterans, and we will make sure to prioritize VOSB when selecting subcontractors for any project we are working on. We are proud to participate in this program and are dedicated to making sure VOSB are given the opportunity to be part of the process. We have taken steps to ensure that VOSB are given the same consideration as any other subcontractor, including providing a fair and competitive bid process and making sure the VOSB are given the same level of attention and consideration when evaluating their bids. Here are some of the steps DSW takes when seeking VOSB subcontractors for new programs: • 1. DSW's purchasing department utilizes search engines and directories to find qualified VOSB's. • 2. DSW's team reaches out to veteran business associations and networks to find qualified candidates. • 5. DSW's program manager connects with veteran support organizations to access resources and connect with veteran -owned businesses. • 4. DSW's marketing team creates job postings specifically targeting VOSB's for the positions you are looking to fill. • 5. DSW participates in veteran -focused job fairs and networking events. • 6. DSW Develop relationships with other businesses that are owned and operated by veterans. We are confident that our commitment to hiring VOSB will be beneficial to our projects and the communities we serve. We look forward to working together and providing veteran -owned small businesses with the help they need to succeed. RIM A I Attachment J References Attachment "J" References Bidder shall submit as a part of their bid response, a minimum of five (5) of the most significant projects similar in size and scope which were performed within the last three (3) years. The contact person shall be someone who has personal knowledge of the Bidder's performance for the specific requirements listed and is aware the City may be contacting them. Project #I: City of Sanford I Finance Department I Purchasing Divisionicitation Project Name: Rebuild Florida (I EM) 300 N. Park Avenue Suite 243 2"d Floor, Sanford Florida 32771 umber: S"ANFORD Phone: 407-688-5028, or 5030 Fax: 407-688-5021 1722/23-15 Contact Name and Phone #: (917) 940-2707 FINANCE DEPARTMENT REQUEST FOR PROPOSALS (RFP) Due Date. ongoing Term Contract a . 25, 2023 TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS Attachment "J" References Bidder shall submit as a part of their bid response, a minimum of five (5) of the most significant projects similar in size and scope which were performed within the last three (3) years. The contact person shall be someone who has personal knowledge of the Bidder's performance for the specific requirements listed and is aware the City may be contacting them. Project #I: Project Name: Rebuild Florida (I EM) Type of Project/Service: Reconstruction Rehabilitation Address: P.O. Box 110265 Research Triangle Park NC 27709 Contracting Agency/Client: Timoth La udi - Sr. Project Manager (Program Manager of Rebuild Florida Irma HRRP Contact Name and Phone #: (917) 940-2707 Contact Email Address and Fax #: Tim.La udi@iern.com Contract Amount: $55,000,000.00 Start Date: Jan 2021 End Date: ongoing Project #2: Project Name: Hurricane Harvey GLO (GrantWorks) Type of Pro'ect/Service:Reconstruction Rehabilitation Address: 2201 Northland Drive, Austin TX 78756 Contracting A =enc /Client: Tres Davis ni r Vice President - Gran W rks Contact Name and Phone #: 512 420-0303 x333 Contact Email Address and Fax #: tres@grantworks.net Contract Amount: $80,000,000.00 Start Date: Jan 2019 1 End Date: jongoing Project #3• Project Name: SCDRO (South Carolina Disaster Recover Office). Type of Project/Service: Reconstruction & Rehabilitation Address: SCDRO 632 Rosewood Drive Columbia SC 29201 Contracting Agency/Client: Scott Sharpe Contact Name and Phone #: (803) 530-0338 Contact Email Address and Fax #:Scott.S arpe0scor.sc.gov Contract Amount: Start Date: October 201 End Date: ongoing Project #4• Project Name: NCEM Residential Elevation Construction Services Type of Project/Service: Reconstruction, Rehabilitation, Elevation Address: Contracting Agency/Client: North Carolina Department of Public Safety, Sherri Garte Contact Name and Phone #: 3030 Hammond Business Place, Raleigh, NC 27603 Contact Email Address and Fax #: Sherri. garte@ncd s. ov Contract Amount: $5,000,000.00 Start Date: Dec 2022 End Date: ongoing Project #5- Project Name: NCORR RebuildNC Type of Project/Service: Reconstruction Rehabilitation. Elevation AddressOffice of Recovery and Resiliency Contracting Agency/client: An ie Dunaway Contact Name and Phone #: 919 609-0937 Contact Email Address and Fax #c9ngie.dunaway9ncdps.gov Contract Amount: $5,000,000.00 1 Start Date: Dec 2022 End Date: ongoing PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE m -Failure to submit this form may be grounds for disqualification of your submittal's V SCDRO (South Carolina Disaster Recovery Office) Rehabilitation and Reconstruction of single family stick build homes. South Carolina has faced multiple Presidentially Declared disasters over the years. In September 2018, Hurricane Florence impacted South Carolina. The state was impacted by wind, tornadoes, storm surges, and flooding. Hurricane Florence initially hit land in North Carolina near Wrightsville Beach, but then slowly moved over South Carolina, impacting many of the same areas affected by the October 2015 Storm and Hurricane Matthew in 2016. DSW has provided turnkey solutions relative to repairing, replacing, or reconstructing destroyed homes in disaster -affected areas. Key staff members include Donald Gerratt (CEO), Curtis Clayton (COO), John Cegledy (Program Manager), John Cegledy (Program Manager). Contract amount $25,500,000.00 and ongoing. Oct 2017 -present. Contact information: Scott Sharpe, Director of Support, Disaster Recovery Division - SCDRO 632 Rosewood Drive Columbia, SC 29201 Telephone: (803) 530-0338 Email: Scott. Sharpe@scor.sc.9ov City of Houston - GLO Program (H2Bravo, LLC) Reconstruction and rehabilitation from damages caused by Hurricane Harvey. Rehabilitation duties on owner -occupied, single-family residences. Work includes interior and exterior building repairs that is not limited to window replacement, painting, tiling, carpet installation, plumbing, electrical, heating ventilation and air conditioning, and roof and fence repairs. Key staff members include Donald Gerratt (CEO), Curtis Clayton (COO), and Stephen Lott (Program Manager). Contract amount $138,000,000.00. Oct 2015 -Jan 2019. Contact information: Chad Herndon Director of Support, Disaster Recovery Division 8733 Slegen Ln., Baton Rouge, LA 70810 Telephone: (501) 944-7222 Email: chad@h2bravo.com Hurricane Harvey GLO (GrantWorks) Vetted builder participation in Hurricane Harvey Program to rehabilitate and reconstruct homes for those impacted by Hurricane Harvey in Texas. Residential repair services range from minor to major. Residential construction repair services for single-family dwellings includes Case Management, which will aid the GLO in completing qualified housing programs eligible for disaster funding and fulfilling its statutory responsibilities for preparation, response, and recovery as related to disaster recovery. Key staff members include Donald Gerratt (CEO), Curtis Clayton (COO), and Paul Judson (VP of Estimating). Contract amount $80,000,000.00. Jan 2019 -present. Contact information: Tres Davis, Senior Vice President - GrantWorks 2201 Northland Drive, Austin TX 78756 Telephone: (512) 420-0303 x333 Email: tres@grantworks.net Rebuild Florida (IEM) DSW has been engaged with the Rebuild Florida program to provide housing construction services (reconstruction, rehabilitation, and replacement) for CDBG-DR eligible homeowners affected by Hurricane Irma. DSW's services include, without limitation: oversight and supervision, procurement of labor and associated materials, permitting, drawings, and housing construction. Key staff members include Donald Gerratt (CEO), Paul Judson (VP of Estimating). Contract amount $55,000,000.00 and ongoing. Jan 2021- present. Contact information: Timothy Lagudi - Sr. Project Manager (Program Manager of Rebuild Florida Irma HRRP) P.O. Box 110265, Research Triangle Park, NC 27709 Telephone: (917) 940-2707 Email: Tim.Lagudi@iem.com � c T-_ dsw - City of Galveston Disaster Recovery, Rounds 1 and 2.2 - Galveston, Texas Hurricane Ike made landfall in Texas in September 2008 and left behind severe damage to the island of Galveston. To help rebuild the community, funds were granted to the City of Galveston to complete needed housing repairs. Round 1 of the City of Galveston disaster recovery program included both reconstruction and rehabilitation projects. Unfortunately, multiple General Contractors were not able to finish the work provided to them. DSW was given the opportunity to help turn the program around. Although we were awarded some new assignments, most of the work we received came in the form of "takeovers" from other contractors who were not able to finish their scopes of work. Due to success in Round 1 of the of City of Galveston disaster recovery program along with other qualifications, DSW participated in Round 2 of this disaster recovery program. Construction activities began in March 2014. Key staff included Jim Schumer (CE), Donald Gerratt (CEO), and Curtis Clayton (COO). Round 1 contract value was $14,727,158.01, Round 2 contract value was $16,250,000.00. Dec 2009 -June 2013 Contact information: Heather Lagrone, Texas General Land Office 1700 N Congress Avenue, Austin, Texas 78701-1495 Telephone: (866) 206-1084 Email: heather.lagrone@glo.texas.gov Attachment K Florida Public Entity Crimes Statement ATTACHMENT "K" Florida Public Entity Crimes Statement SWORN STATEMENT CINDER SECTION 287.133(3) (a), FLORIDA STATUTES: THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORiZED TO ADMINISTER OATHS. A. This sworn statement is submitted with Bid, or Contract Number RFP 22/23-15 Homeowner Occupied Minor Home Repairs. This sworn statement is submitted by Donald Gerratt of DSW Homes, LLC whose business address is [Name of entity submitting sworn statement I 1650 E Winding Way Dr., Bldg. B , Friendswood, TX 77546 and (if applicable) it's Federal Employer identification Number (FEIN) is 27-1330085 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: 409-744-3400 C. My name is Donald Gerratt and my relationship to the above is CEO [Please print name of indi%,idual sigming] D. I understand that a "public entity crime" as defined in section 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity in Florida or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. E. I understand that "convicted" or "conviction" as defined in section 287.133(1) (b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non jury trial, or entry of a plea of guilty or nolo contenders. F. I understand that "affiliate" as defined in section 287.133(1) (a), Florida Statutes, means: I . A predecessor or successor of a person convicted of a public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners. shareholders, employees, members, and agents who arc active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding thirty-six (36) months shall be considered an affiliate. G. I understand that a "person" as defined in section 287.133([) (e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. H. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. [Please indicate with a check mark (✓) which statement applies]. 17 City of Sanford I Finance Department I Purchasing Division Solicitation 300 N. Park Avenue Suite 243 2"d Floor, Sanford Florida 32771 Number: \ c ��FORD Phone: 407-688-5028, or 50301 Fax: 407-688-5021 RFP 22/23-15 FINANCE DEPARTMENT REQUEST FOR PROPOSALS (RFP) Due Date: Term Contract Ma 25.2023 TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS ATTACHMENT "K" Florida Public Entity Crimes Statement SWORN STATEMENT CINDER SECTION 287.133(3) (a), FLORIDA STATUTES: THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORiZED TO ADMINISTER OATHS. A. This sworn statement is submitted with Bid, or Contract Number RFP 22/23-15 Homeowner Occupied Minor Home Repairs. This sworn statement is submitted by Donald Gerratt of DSW Homes, LLC whose business address is [Name of entity submitting sworn statement I 1650 E Winding Way Dr., Bldg. B , Friendswood, TX 77546 and (if applicable) it's Federal Employer identification Number (FEIN) is 27-1330085 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: 409-744-3400 C. My name is Donald Gerratt and my relationship to the above is CEO [Please print name of indi%,idual sigming] D. I understand that a "public entity crime" as defined in section 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity in Florida or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. E. I understand that "convicted" or "conviction" as defined in section 287.133(1) (b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non jury trial, or entry of a plea of guilty or nolo contenders. F. I understand that "affiliate" as defined in section 287.133(1) (a), Florida Statutes, means: I . A predecessor or successor of a person convicted of a public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners. shareholders, employees, members, and agents who arc active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding thirty-six (36) months shall be considered an affiliate. G. I understand that a "person" as defined in section 287.133([) (e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. H. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. [Please indicate with a check mark (✓) which statement applies]. 17 V Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who is active in the management of the entity, nor any affiliate of the entity have been convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989, AND [Please indicate which additional statement applies]. There has been a proceeding concerning the conviction before a judgc 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 judgc 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 signatlu•e(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "K", Public Entity Crimes Statement, is truthful and correct at the time of submission. AFFIANT SIGNATURE Donald Gerratt Typed Name ol'AFFIANT CEO Title STATE OF FLORIDATexas COUNTY OF Galveston HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Donald Gerratt (x) who is personally known to me or ( ) who produced known to me,. as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by nhv-,iral nresenrp by means of fx) physical presence or ( ) online notarization on the 24 day of N/lgv 2023, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in the County and State last aforesaid this_2-4_day of May , 2023. MAKAYLA MEYER J __ =�•, { Notary Public, State of Texak Makayla Myers, Galveston County, TX ""• �r Comm. Exp�te. 0748.2026 <�^ v;;tary in 133EEt87+ (Notary Public in and for the Count and State AfGremention(-d\ ( Y Y ) PLEASE COMPLETE AND SUBMIT WITI1 YOUR RFP RESPONSE Failure to submit this form may be grounds for disqualification of your submittal -w OR City of Sanford I Finance Department I Purchasing Division Solicitation " = SANFORD 300 N. Park Avenue Suite 243 2"1 Floor, Sanford Florida 32771 Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 Number: RFP 22/23-15 FINANCE nIJARP.TN1 REQUEST FOR PROPOSALS (RFP) Due Date: Term Contract May 25, 2023 TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS V Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who is active in the management of the entity, nor any affiliate of the entity have been convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989, AND [Please indicate which additional statement applies]. There has been a proceeding concerning the conviction before a judgc 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 judgc 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 signatlu•e(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as provided in Attachment "K", Public Entity Crimes Statement, is truthful and correct at the time of submission. AFFIANT SIGNATURE Donald Gerratt Typed Name ol'AFFIANT CEO Title STATE OF FLORIDATexas COUNTY OF Galveston HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Donald Gerratt (x) who is personally known to me or ( ) who produced known to me,. as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by nhv-,iral nresenrp by means of fx) physical presence or ( ) online notarization on the 24 day of N/lgv 2023, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in the County and State last aforesaid this_2-4_day of May , 2023. MAKAYLA MEYER J __ =�•, { Notary Public, State of Texak Makayla Myers, Galveston County, TX ""• �r Comm. Exp�te. 0748.2026 <�^ v;;tary in 133EEt87+ (Notary Public in and for the Count and State AfGremention(-d\ ( Y Y ) PLEASE COMPLETE AND SUBMIT WITI1 YOUR RFP RESPONSE Failure to submit this form may be grounds for disqualification of your submittal -w OR Attachment L DISPUTES DISCLOSURE FORM ATTACHMENT "L" DISPUTES DISCLOSURE FORM Answer the following questions by answering "YES" or "NO". If you answer "YES", please explain in the space provided, please add a page(s) if additional space is needed. 1. 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'? nIn (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 fine provides in the regular course of business within the last five(5)years? N In (Y/N) 3. Has your firm had filed against it or filed any requests for equitable adjustment, contract claims or litigation in the past five (5) years that is related to the services your firm provides in the regular course of business? No (Y/N) Note: If yes, the explanation must state the nature of the request for equitable adjustment, contract claim or litigation, a brief description of the case, the outcome or status of suit and the monetary amounts or extended contract time involved. I hereby certify that all statements made are true and agree and understand that any misstatement or misrepresentation or falsification of facts shall be cause for forfeiture of rights for further consideration of the project identified. DSW Homes, LLC Firm 05/24/23 Signature of Authorized Representative Date Donald Gerratt, CEO of DSW Homes, LLC Printed or Typed Name and Title of Authorized Representative END OF SECTION lit City of Sanford I Finance Department I Purchasing Division Solicitation 300 N. Park Avenue Suite 243 2"' Floor, Sanford Florida 32771 Number: °'FORD SAN Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 RFP 22/23-15 REQUEST FOR PROPOSALS (RFP) Due Date: Term Contract May 25, 20234 TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS ATTACHMENT "L" DISPUTES DISCLOSURE FORM Answer the following questions by answering "YES" or "NO". If you answer "YES", please explain in the space provided, please add a page(s) if additional space is needed. 1. 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'? nIn (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 fine provides in the regular course of business within the last five(5)years? N In (Y/N) 3. Has your firm had filed against it or filed any requests for equitable adjustment, contract claims or litigation in the past five (5) years that is related to the services your firm provides in the regular course of business? No (Y/N) Note: If yes, the explanation must state the nature of the request for equitable adjustment, contract claim or litigation, a brief description of the case, the outcome or status of suit and the monetary amounts or extended contract time involved. I hereby certify that all statements made are true and agree and understand that any misstatement or misrepresentation or falsification of facts shall be cause for forfeiture of rights for further consideration of the project identified. DSW Homes, LLC Firm 05/24/23 Signature of Authorized Representative Date Donald Gerratt, CEO of DSW Homes, LLC Printed or Typed Name and Title of Authorized Representative END OF SECTION lit Attachment M CERTIFICATION OF NON -SEGREGATED FACILITIES FORM ATTACHMENT "M" 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. DSW Homes, LLC Name of Bidder 05/24/23 Signature of Authorized Representative Donald Gerratt, CEO of DSW Homes, LLC Date Printed or Typed Name and Title of Authorized Representative END OF SECTION 20 City of Sanford I Finance Department I Purchasing Division Solicitation 300 N. Park Avenue Suite 243 2"' Floor, Sanford Florida 32771 Number: =- SANFORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 RFP 22/23-15 "'"""° REQUEST FOR PROPOSALS (RFP) Due Date: Term Contract May 25, 2023'. TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS ATTACHMENT "M" 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. DSW Homes, LLC Name of Bidder 05/24/23 Signature of Authorized Representative Donald Gerratt, CEO of DSW Homes, LLC Date Printed or Typed Name and Title of Authorized Representative END OF SECTION 20 Attachment N COMPLIANCE WITH THE PUBLIC RECORDS LAW AFFIDAVIT ATTACHMENT "N" COMPLIANCE WITH THE PUBLIC RECORDS LAW AFFIDAVIT I. If and when the City of Sanford transmits records to the Contractor/Vendor which are exempt from public disclosure, the Contractor/Vendor shall execute an "Acknowledgement of Receipt of Exempt Public Records and Agreement to Safeguard" which will be provided with the exempt records. A sample form is attached for the bidder/proposer's information. II. Upon award recommendation or 30 days after opening, it is understood that all submittals shall become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes, and Section 24(a), Article 1 of the Constitution of the State of Florida, and other controlling law (collectively the "Public Records Laws"). If the City of Sanford (City) rejects all replies submitted in response to a competitive solicitation and provides notice of its intent to reissue the solicitation, the replies remain exempt from disclosure until the City provides a notice of intent to award or withdraws the reissued solicitation. If no award is made, responses are not exempt for longer than 12 months after the initial notice rejecting all responses. Proposers/Bidders must invoke the exemptions to disclosure provided by law as applicable to the response to the solicitation, must identify the data or other materials to be protected, and must state the reasons why such exclusion from public disclosure is necessary. The submission of a proposal authorizes release of your firm's credit data to the City. If a Proposer/Bidder submits information exempt from public disclosure, the Proposer/Bidder must specifically and in detail identify with specificity which pages/paragraphs of their bid/proposal package are exempt from the Public Records Laws, identifying the specific exemption under the Public Records Laws that applies to each. The protected information must be submitted to the City in a separate envelope marked accordingly. By submitting a response to this solicitation, the Proposer/Bidder agrees to defend, indemnify and hold the City harmless in the event the City litigates the public records status of the Proposer's/Bidder's documents this provision including the obligation to pay the full legal costs of the City including, but not limited to, attorney's fees, court costs, and any and all other charges, regardless of what level of trial or appeal. 21 City of Sanford I Finance Department I Purchasing Division Solicitation 300 N. Park Avenue Suite 243 2"' Floor, Sanford Florida 32771 Number: S.ANFQRD Phone: 407-688-5028, or 50301 Fax: 407-688-5021 RFP 22/23-15 FINANCE REQUEST FOR PROPOSALS (RFP) Due Date: Term Contract May 25, 2023 TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS ATTACHMENT "N" COMPLIANCE WITH THE PUBLIC RECORDS LAW AFFIDAVIT I. If and when the City of Sanford transmits records to the Contractor/Vendor which are exempt from public disclosure, the Contractor/Vendor shall execute an "Acknowledgement of Receipt of Exempt Public Records and Agreement to Safeguard" which will be provided with the exempt records. A sample form is attached for the bidder/proposer's information. II. Upon award recommendation or 30 days after opening, it is understood that all submittals shall become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes, and Section 24(a), Article 1 of the Constitution of the State of Florida, and other controlling law (collectively the "Public Records Laws"). If the City of Sanford (City) rejects all replies submitted in response to a competitive solicitation and provides notice of its intent to reissue the solicitation, the replies remain exempt from disclosure until the City provides a notice of intent to award or withdraws the reissued solicitation. If no award is made, responses are not exempt for longer than 12 months after the initial notice rejecting all responses. Proposers/Bidders must invoke the exemptions to disclosure provided by law as applicable to the response to the solicitation, must identify the data or other materials to be protected, and must state the reasons why such exclusion from public disclosure is necessary. The submission of a proposal authorizes release of your firm's credit data to the City. If a Proposer/Bidder submits information exempt from public disclosure, the Proposer/Bidder must specifically and in detail identify with specificity which pages/paragraphs of their bid/proposal package are exempt from the Public Records Laws, identifying the specific exemption under the Public Records Laws that applies to each. The protected information must be submitted to the City in a separate envelope marked accordingly. By submitting a response to this solicitation, the Proposer/Bidder agrees to defend, indemnify and hold the City harmless in the event the City litigates the public records status of the Proposer's/Bidder's documents this provision including the obligation to pay the full legal costs of the City including, but not limited to, attorney's fees, court costs, and any and all other charges, regardless of what level of trial or appeal. 21 DSW Homes, LLC Proposer/Bidder 05/24/23 Signature of Authorized Representative (Affiant) Date Donald Gerratt, CEO of DSW Homes, LLC Printed or Typed Name and Title of Authorized Representative (Affiant) STATE OF FLORIDA Texas COUNTY OF (;altrAn I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Donald Gerratt {x} who is personally known to me or { } who produced known to me as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by physical presnece by means of ¢ } physical presence or { } online notarization on the 24— day of May 2023, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in the County and State last aforesaid thisZLday of May 2023. Makvla MvPr-, C Ahtpc�tnn C ni lnty TX (`L�l� 41 (Notary Public in and for the County and State Aforemention " "'• MAKAYLAM— MEYER r y ` rotary Public, State of lexea' Comm. Expi�,33 Mctary io r 22 City of Sanford ( Finance Department I Purchasing Division Solicitation 300 N. Park Avenue Suite 243 2" d Floor, Sanford Florida 32771 Number: SANFORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 RFP 22/23-15 ""'""°"°RT""' REQUEST FOR PROPOSALS (RFP) Due Date: Term Contract May 25, 2023 TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS DSW Homes, LLC Proposer/Bidder 05/24/23 Signature of Authorized Representative (Affiant) Date Donald Gerratt, CEO of DSW Homes, LLC Printed or Typed Name and Title of Authorized Representative (Affiant) STATE OF FLORIDA Texas COUNTY OF (;altrAn I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Donald Gerratt {x} who is personally known to me or { } who produced known to me as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by physical presnece by means of ¢ } physical presence or { } online notarization on the 24— day of May 2023, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in the County and State last aforesaid thisZLday of May 2023. Makvla MvPr-, C Ahtpc�tnn C ni lnty TX (`L�l� 41 (Notary Public in and for the County and State Aforemention " "'• MAKAYLAM— MEYER r y ` rotary Public, State of lexea' Comm. Expi�,33 Mctary io r 22 Attachment O E -VERIFY COMPLIANCE AFFIDAVITIT ATTACHMENT "O" 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. 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. 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. 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. 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 23 City of Sanford I Finance Department I Purchasing Division Solicitations 300 N. Park Avenue Suite 243 2" d Floor, Sanford Florida 32771 Number: ' SANFORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 RFP 22/23-1 , FINANCE CEPART:1ENT REQUEST FOR PROPOSALS (RFP) Due Date: `. Term Contract May 25, 2023 TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS ATTACHMENT "O" 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. 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. 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. 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. 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 23 subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. Failure of the 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. DSW Homes, LLC Contractor Printed Name 05/24/23 Signature of Authorized Representative (Affiant) Date Donald Gerratt, CEO of DSW Homes, LLC Printed or Typed Name 24 City of Sanford I Finance Department I Purchasing Division Solicitation -- SANFORD 300 N. Park Avenue Suite 243 2" Floor, Sanford Florida 32771 Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 Number: RFP 22/23-15 a:au,;, or: nrrr.:Er;T REQUEST FOR PROPOSALS (RFP) Due Date: Term Contract May 25, 2023 TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. Failure of the 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. DSW Homes, LLC Contractor Printed Name 05/24/23 Signature of Authorized Representative (Affiant) Date Donald Gerratt, CEO of DSW Homes, LLC Printed or Typed Name 24 STATE OF FLORIDA Texas COUNTY OF Galveston HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Donald Garratt J) who is personally known to me or { } who produced kn inn in to mp as identification and swore and acknowledged before me, under oath, that s/he executed the same. Sworn and subscribed before me, by physical presnece by means of ¢c } physical presence or ( ) online notarization on the 9_ day of May 2023, 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 contained herein all of which are true and correct. WITNESS my hand and official seal in the County and State last aforesaid this 2Aday of May 2023. SEAL Makyla Myers,Galveston County, Texasr1?,_1t,� (Notary Public in and for the County and State Aforementioned) J My commission expires: 07/28/26 Failure to submit this form may be grounds for disqualification of your submittal -w MAKAYLA MEYER s-.adotary Public. State of Taxes Comm. Expires 07.28.2028 Notary ID :338fli824 END OF SECTION 25 City of Sanford I Finance Department I Purchasing Division Solicitation 300 N. Park Avenue Suite 243 2"'I Floor, Sanford Florida 32771 Number: SANFORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 RFP 22/23-15 rINANCE DEPARTMENT REQUEST FOR PROPOSALS (RFP) Due Date: Term Contract May 25, 2023 TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS STATE OF FLORIDA Texas COUNTY OF Galveston HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Donald Garratt J) who is personally known to me or { } who produced kn inn in to mp as identification and swore and acknowledged before me, under oath, that s/he executed the same. Sworn and subscribed before me, by physical presnece by means of ¢c } physical presence or ( ) online notarization on the 9_ day of May 2023, 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 contained herein all of which are true and correct. WITNESS my hand and official seal in the County and State last aforesaid this 2Aday of May 2023. SEAL Makyla Myers,Galveston County, Texasr1?,_1t,� (Notary Public in and for the County and State Aforementioned) J My commission expires: 07/28/26 Failure to submit this form may be grounds for disqualification of your submittal -w MAKAYLA MEYER s-.adotary Public. State of Taxes Comm. Expires 07.28.2028 Notary ID :338fli824 END OF SECTION 25 DSW Homes, LLC E -verify 960292 E Verify Company Atcount e Ann Pointon �+ My Con-ipany Profile Company Information Company Name Doing Business As (DBA) Name -)SW Homes. LLC Company ID Enrollment Date ,60292 Apr 04, 2010 Employer Identification Number (EIN) Unique Entity Identifier (UEI) X71330085 DUNS Number Total Number of Employees 010404807 20 to 99 NAICS Code Sector 236 Construction Subsector Construct,on of Buildings Edit Company In. matian I dsw synergy. systems. solutions. Attachment P Americans With Disabilities Act Affidavit ATTACHMENT "P" 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. DSW Homes, LLC Contractor 05/24/23 Signature of Authorized Representative (Affiant) Date Donald Gerratt, CEO of DSW Homes, LLC Printed or Typed Name and Title of Authorized Representative (Affiant) 26 City of Sanford I Finance Department I Purchasing Division Solicitation 300 N. Park Avenue Suite 243 2"d Floor, Sanford Florida 32771 Number: SANFOx� Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 RFP 22/23-15 (INANCE DEPARTMENT REQUEST FOR PROPOSALS (RFP) Due Date: Term Contract May 25, 2023 TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS ATTACHMENT "P" 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. DSW Homes, LLC Contractor 05/24/23 Signature of Authorized Representative (Affiant) Date Donald Gerratt, CEO of DSW Homes, LLC Printed or Typed Name and Title of Authorized Representative (Affiant) 26 STATE OF FLORIDA Texas COUNTY OF Galveston HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared known to me ix } who is personally known to me or { } who produced known to me as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by physical presence by means of { } physical presence or { } online notarization on the 24 day of ma 2023, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in the County and State last aforesaid this 24 day of May , 2023. Makayla Myers, Galveston CO, TX (Notary Public in and for the County and State Aforeme SEAL My commission expires: 07/26/28 ned) PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE Failure to submit this form may be grounds for disqualification of your submittal -'r" MAKAYLA MEYER t Notory Public, State of Texas+ Comm. Expire: 07.28.2026 i • °; Notary T1133881824 END OF SECTION 27 City of Sanford I Finance Department I Purchasing Division Solicitation.`j 300 N. Park Avenue Suite 243 2°d Floor, Sanford Florida 32771 Number: ANFO Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 RFP 22/23-15 C1 FdNCEDEr^dflTIdENT N REQUEST FOR PROPOSALS (RFP) Due Date: Term Contract May 25, 2023 TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS STATE OF FLORIDA Texas COUNTY OF Galveston HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared known to me ix } who is personally known to me or { } who produced known to me as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by physical presence by means of { } physical presence or { } online notarization on the 24 day of ma 2023, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in the County and State last aforesaid this 24 day of May , 2023. Makayla Myers, Galveston CO, TX (Notary Public in and for the County and State Aforeme SEAL My commission expires: 07/26/28 ned) PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE Failure to submit this form may be grounds for disqualification of your submittal -'r" MAKAYLA MEYER t Notory Public, State of Texas+ Comm. Expire: 07.28.2026 i • °; Notary T1133881824 END OF SECTION 27 Attachment Q PRIME CONTRACTOR CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION ATTACHMENT "Q" PRIME CONTRACTOR CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION Lower Tier Covered Transactions N/A (1) The prospective lower tier participant is certified by the local government, by submission of this document, that neither the prospective nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in the transaction by any Federal Department or Agency. (2) Have not within a three-year period preceding this certification been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal , State or local) transaction or contract under a public transaction; violation or Federal or State anti-trust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property. (3) Have not within a three-year period preceding this certification had one or more public transaction (Federal, State or local) terminated for cause or default. (4) The local Government hereby certifies they have search the Excluded Party System List (EPSL) at https://www.epls.gov/epls/search.do to verify the named contractor is not on the (EPSL). Donald Gerratt, CEO Printed Name of Authorized Representative Signature of Authorized Representative DSW Homes, LLC Name of Contractor Project Number Local Government (City/Town) Title Date Project Name END OF SECTION 28 City of Sanford I Finance Department I Purchasing Division Solicitation 300 N. Park Avenue Suite 243 2n1 Floor, Sanford Florida 32771 Number: INANFO Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 RFP 22/23-15 FINANCE DEPARTMENT REQUEST FOR PROPOSALS (RFP) Due Date: Term Contract May 25, 2023 TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS ATTACHMENT "Q" PRIME CONTRACTOR CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION Lower Tier Covered Transactions N/A (1) The prospective lower tier participant is certified by the local government, by submission of this document, that neither the prospective nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in the transaction by any Federal Department or Agency. (2) Have not within a three-year period preceding this certification been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal , State or local) transaction or contract under a public transaction; violation or Federal or State anti-trust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property. (3) Have not within a three-year period preceding this certification had one or more public transaction (Federal, State or local) terminated for cause or default. (4) The local Government hereby certifies they have search the Excluded Party System List (EPSL) at https://www.epls.gov/epls/search.do to verify the named contractor is not on the (EPSL). Donald Gerratt, CEO Printed Name of Authorized Representative Signature of Authorized Representative DSW Homes, LLC Name of Contractor Project Number Local Government (City/Town) Title Date Project Name END OF SECTION 28 Attachment R UBCONTRACTOR CERTIFICATION REGARDIN DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION ATTACHMENT "R" SUB CONTRACTOR CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION Lower Tier Covered Transactions N/A (1) The prospective lower tier participant is certified by the local government, by submission of this document, that neither the prospective nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in the transaction by any Federal Department or Agency. (2) Have not within a three-year period preceding this certification been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal , State or local) transaction or contract under a public transaction; violation or Federal or State anti-trust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property. (3) Have not within a three-year period preceding this certification had one or more public transaction (Federal, State or local) terminated for cause or default. (4) The local Government hereby certifies they have search the Excluded Party System List (EPSL) at https://www.epis.gov/epls/search.do to verify the named contractor is not on the (EPSL). Donald Gerratt, CEO Printed Name of Authorized Representative Signature of Authorized Representative DSW Homes, LLC Name of Contractor Project Number Local Government (Cit)/town) Title Date Project Name END OF SECTION 29 City of Sanford I Finance Department I Purchasing Division Solicitation 300 N. Park Avenue Suite 243 2"' Floor, Sanford Florida 32771 Number: IE'°f &ANFORD Phone: 407-688-5028, or 50301 Fax: 407-688-5021 RFP 22/23-15 FINANCE DEPARTMENT REQUEST FOR PROPOSALS (RFP) Due Date. Term Contract May 25, 2023,.' TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS ATTACHMENT "R" SUB CONTRACTOR CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION Lower Tier Covered Transactions N/A (1) The prospective lower tier participant is certified by the local government, by submission of this document, that neither the prospective nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in the transaction by any Federal Department or Agency. (2) Have not within a three-year period preceding this certification been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal , State or local) transaction or contract under a public transaction; violation or Federal or State anti-trust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property. (3) Have not within a three-year period preceding this certification had one or more public transaction (Federal, State or local) terminated for cause or default. (4) The local Government hereby certifies they have search the Excluded Party System List (EPSL) at https://www.epis.gov/epls/search.do to verify the named contractor is not on the (EPSL). Donald Gerratt, CEO Printed Name of Authorized Representative Signature of Authorized Representative DSW Homes, LLC Name of Contractor Project Number Local Government (Cit)/town) Title Date Project Name END OF SECTION 29 Attachment S UNAUTHORIZED (ILLEGAL) ALIEN WORKERS AFFIDAVIT ATTACHMENT "S" UNAUTHORIZED (ILLEGAL) ALIEN WORKERS AFFIDAVIT The City of Sanford will not intentionally award publicly -funded contracts to any Contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a(e) Section 274A (e) of the Immigration and Nationally Act (INA). The City of Sanford shall consider the employment by the Contractor of unauthorized aliens, a violation of Section 274A (e) of the INA. Such violation by the Contractor of the employment provisions contained in Section 274A (e) of the INA shall be grounds for immediate termination of this Agreement by the City of Sanford. The Affiant identified below deposes and states that: The below identified Contractor does not and will not during the performance of any contract resulting from the solicitation identified below employ illegal alien workers or otherwise violate the provisions of the federal Immigration Reform and Control Act of 1986. 2. Upon request of the City, it will provide copies of Immigration Form 1-9 for each person associated with the above named company who has been or is present at the designated jobsite associated with any work or project resulting from this solicitation. n';111/ HnmP- I I C Contractor 05/24/23 Signature of Authorized Representative (Affiant) Date Donald Gerratt, CEO of DSW Homes, LLC Printed or Typed Name and Title of Authorized Representative (Affiant) STATE OF FLQ R!DATexas COUNTY OF l�alyeston HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Dnnald rPrratt {x} who is personally known to me or { } who produced known to me as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by Physical presence by means of { } physical presence or { } online notarization on the 24 day of 1 n4@y 2023, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in the County and State last aforesaid this 24 day of May , 2023. Makayla Myers, Galveston Co, TX ri414t6'l �( o (Notary Public in and for the County and State Aforementioned) PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE Failure to submit this form may be grounds for disqualification of ,your submittal 99 City of Sanford I Finance Department I Purchasing Division Solicitation 300 N. Park Avenue Suite 243 2"' Floor, Sanford Florida 32771 Number: SA FORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 RFP 22/23-15 REQUEST FOR PROPOSALS (RFP) Due Date: FINANCE DEPARTMENT Term Contract May 25, 2023 TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS ATTACHMENT "S" UNAUTHORIZED (ILLEGAL) ALIEN WORKERS AFFIDAVIT The City of Sanford will not intentionally award publicly -funded contracts to any Contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a(e) Section 274A (e) of the Immigration and Nationally Act (INA). The City of Sanford shall consider the employment by the Contractor of unauthorized aliens, a violation of Section 274A (e) of the INA. Such violation by the Contractor of the employment provisions contained in Section 274A (e) of the INA shall be grounds for immediate termination of this Agreement by the City of Sanford. The Affiant identified below deposes and states that: The below identified Contractor does not and will not during the performance of any contract resulting from the solicitation identified below employ illegal alien workers or otherwise violate the provisions of the federal Immigration Reform and Control Act of 1986. 2. Upon request of the City, it will provide copies of Immigration Form 1-9 for each person associated with the above named company who has been or is present at the designated jobsite associated with any work or project resulting from this solicitation. n';111/ HnmP- I I C Contractor 05/24/23 Signature of Authorized Representative (Affiant) Date Donald Gerratt, CEO of DSW Homes, LLC Printed or Typed Name and Title of Authorized Representative (Affiant) STATE OF FLQ R!DATexas COUNTY OF l�alyeston HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Dnnald rPrratt {x} who is personally known to me or { } who produced known to me as identification and acknowledged before me that s/he executed the same. Sworn and subscribed before me, by Physical presence by means of { } physical presence or { } online notarization on the 24 day of 1 n4@y 2023, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in the County and State last aforesaid this 24 day of May , 2023. Makayla Myers, Galveston Co, TX ri414t6'l �( o (Notary Public in and for the County and State Aforementioned) PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSE Failure to submit this form may be grounds for disqualification of ,your submittal 99 Attachment T EQUAL EMPLOYMENT OPPORTUNITY ATTACHMENT "T" EQUAL EMPLOYMENT OPPORTUNITY 41 CODE OF FEDERAL REGULATIONS SECTION 60-1.4(b) FEDERALLY ASSISTED CONTRUCTION CONTRACTS (PRIME CONTRACTORS AND SUBCONTRACTORS) [Note: This certification is required by 41 Code of Federal Regulations Section 60-1.7(b) and is applicable to all federal or state assisted construction contracts and subcontracts with a price exceeding $10,000; this certification is to be included in all federal assisted construction contracts and subcontracts with a price exceeding $10,000 and in all solicitations for such contracts and subcontracts.] See 2 Code of Federal Regulations. Part 200, Appendix II(C). The use of the term "Contractor" herein shall mean the Prime Contractors or Subcontractor executing this document. The Contractor hereby agrees that it will incorporate or cause to be incorporate into any contract for construction work, or modification thereof, as defined in the regulations of the Secretary of Labor at 41 Code of Federal Regulations Chapter 60, which is paid for in whole or in part with funds obtained from the Federal Government or borrow on the credit of the federal government pursuant to a grant, contract, loan, insurance, or guarantee, or undertaken pursuant to any federal program involving such grant, contract, loan, insurance or guarantee, or any application or modification thereof approved by the Federal Government for a grant, contract, loan, insurance, or guarantee under which the Contractor itself participates in the construction work. During the performance of this contract, the contract agrees as follows: (1). The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure the applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2). The Contractor will, in all solicitation or advertisement for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. (3). The Contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Contractor's legal duty to furnish information. 31 City of Sanford I Finance Department I Purchasing Division Solicitations; 300 N. Park Avenue Suite 243 2" Floor, Sanford Florida 32771 Number: ' °TINANFORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 RFP 22/23-15 REQUEST FOR PROPOSALS (RFP) Due Date: FINANCE DEPARTMENT Term Contract May 25, 2023 TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS ATTACHMENT "T" EQUAL EMPLOYMENT OPPORTUNITY 41 CODE OF FEDERAL REGULATIONS SECTION 60-1.4(b) FEDERALLY ASSISTED CONTRUCTION CONTRACTS (PRIME CONTRACTORS AND SUBCONTRACTORS) [Note: This certification is required by 41 Code of Federal Regulations Section 60-1.7(b) and is applicable to all federal or state assisted construction contracts and subcontracts with a price exceeding $10,000; this certification is to be included in all federal assisted construction contracts and subcontracts with a price exceeding $10,000 and in all solicitations for such contracts and subcontracts.] See 2 Code of Federal Regulations. Part 200, Appendix II(C). The use of the term "Contractor" herein shall mean the Prime Contractors or Subcontractor executing this document. The Contractor hereby agrees that it will incorporate or cause to be incorporate into any contract for construction work, or modification thereof, as defined in the regulations of the Secretary of Labor at 41 Code of Federal Regulations Chapter 60, which is paid for in whole or in part with funds obtained from the Federal Government or borrow on the credit of the federal government pursuant to a grant, contract, loan, insurance, or guarantee, or undertaken pursuant to any federal program involving such grant, contract, loan, insurance or guarantee, or any application or modification thereof approved by the Federal Government for a grant, contract, loan, insurance, or guarantee under which the Contractor itself participates in the construction work. During the performance of this contract, the contract agrees as follows: (1). The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure the applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2). The Contractor will, in all solicitation or advertisement for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. (3). The Contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Contractor's legal duty to furnish information. 31 (4). The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5). The Contractor will comply with all provisions of Executive Order Numbers 11246 of September 24, 1965, and of the rules, regulations and relevant orders of the Secretary of Labor. (6). The Contractor will furnish all information and reports required by the Executive Order Number 11246 of September 24, 1965, and by rules, regulations and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by representative of the City of Sanford and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7). In the event of the Contractor's noncompliance with the nondiscrimination clauses of the contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contract or federally assisted construction contracts in accordance with procedures authorized in Executive Order Numbers 11246 of September 24, 1965, and such other sanctions may imposed and remedies invoked as provided in the Executive Order Numbers 11246 of September 24, 1965, or by rule, regulations or order of the Secretary of Labor, or as otherwise provided by law. (8). The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order/work order (by whatever name) unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order Number 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order/work order (by whatever name) as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance; provided, however, that in the event the Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. The Contractor further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, That if the Contractor so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. The Contractor agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary 32 City of Sanford I Finance Department I Purchasing Division Solicitation 300 N. Park Avenue Suite 243 2"' Floor, Sanford Florida 32771 Number: INANFORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 RFP 22/23-15 FINANCE DEPARTMENT REQUEST FOR PROPOSALS (RFP) Due Date: Term Contract May 25, 2023 TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS (4). The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5). The Contractor will comply with all provisions of Executive Order Numbers 11246 of September 24, 1965, and of the rules, regulations and relevant orders of the Secretary of Labor. (6). The Contractor will furnish all information and reports required by the Executive Order Number 11246 of September 24, 1965, and by rules, regulations and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by representative of the City of Sanford and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7). In the event of the Contractor's noncompliance with the nondiscrimination clauses of the contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contract or federally assisted construction contracts in accordance with procedures authorized in Executive Order Numbers 11246 of September 24, 1965, and such other sanctions may imposed and remedies invoked as provided in the Executive Order Numbers 11246 of September 24, 1965, or by rule, regulations or order of the Secretary of Labor, or as otherwise provided by law. (8). The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order/work order (by whatever name) unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order Number 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order/work order (by whatever name) as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance; provided, however, that in the event the Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. The Contractor further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, That if the Contractor so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. The Contractor agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary 32 City of Sanford I Finance Department I Purchasing Division Solicitation 300 N. Park Avenue Suite 243 2"° Floor, Sanford Florida 32771 Number: "NFORD SA Phone: 407-688-5028, or 5030 1 rax: 407-688-5021 RFP 22/23-15 FINANCCDCR1FTM1tENT REQUEST FOR PROPOSALS (RFP) Due Date: � Term Contract May 25, 2023'` 4 TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS responsibility for securing compliance. The Contractor further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order Number 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the cited Executive Orders and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part Il, Subpart D of Executive Order Number 1246 of September 24, 1965. In addition, the Contractor agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the Contractor under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such Contractor; and refer the case to the Department of Justice for appropriate legal proceedings 05/24/23 (Signature of Authorized Official of Contractor) Date Donald Gerratt, CEO of DSW Homes, LLC (Name and Title of Authorized Official [Print or Type]) DSW Homes, LLC (Name of Prospective Construction Contractor or Subcontractor [Print or Type]) Texas (State of incorporation or formation and type of entity [Print or Type]) 1650 F Windinn Way Dr., BIS FriPndswed, TX 77546 (Address and Telephone Number of Prospective Construction Contractor or Subcontractor [Print or Type]) EIN 27-1330085 (Employer Identification Number of Prospective Construction Contractor or Subcontractor) 33 Attachment U INSTRUCTION ON CRIMINAL BACKGROUND CHECK ATTACHMENT "U" INSTRUCTION ON CRIMINAL BACKGROUND CHECK COMPLIANCE REQUIREMENTS FOR INDEPENDENT CONTRACTORS APPLICABLE TO CRIMINAL HISTORY EVALUATION REQUIRED BY THE CITY OF SANFORD. Reference: A. City Ordinance No. 4019 B. Resolution No. 2059 C. 166.0442 FI Statutes Contractors who have access to City owned and/or operated facilities designated by the City to be critical to security of public safety shall comply with the following security measures: 1. Contractors and each of their employees shall, as and when required by the City, wear an identification badge, which provides the name of the employee and the Contractor. 2. Contractors shall provide within forty-eight (48) hours of the City's request, a list of employees and subcontractors who will have access to City sites and/or facilities, their working days, times and assignments. Additionally, the City reserves the right to require the inclusion of individual addresses, social security numbers and driver's license numbers including State of issuance for employees and subcontractors identified above. 3. The Contractor shall cause each employee and subcontractor deemed by the City to be functioning in a position critical to the security and/or public safety of the City to comply with procedures outlined below by submitting their information to Florida Department of Law Enforcement for state criminal history evaluation. A. Florida Department of Law Enforcement (FDLE) discontinued Florida Criminal History Information Request via mail has moved to electronic. Step 1: Follow the link which will take you to the Florida Department of Law Enforcement Criminal History Record website i. www.fdle.state.fl.us/Criminal-History-Record-Check Step 2: There are three selections: Instant Search, Certified /Non Certified Search, and ORI Search. ii. Select ORI Search then Select ORI Based Florida Criminal History search iii. The ORI search requires a valid customer ORI number in order to conduct a search. Note: FDLE cannot provide the customer ORI number to conduct the search. If an established customer ORI number is needed for the search, it must be obtained from that agency or entity. Step 3: Enter the City's ORI number i. FL759053Z (no hyphens or dashes) Step 4: Select the City of Sanford — click continue Step 5: You will then be required anticipate working on city property. symbol is a requirement. i. Name ii. DOB iii. SSN to enter the appropriate information for each employee you Please be sure to follow the directions closely, the asterisk (*) 34 City of Sanford I Finance Department I Purchasing Division Solicitation 300 N. Park Avenue Suite 243 2"' Floor, Sanford Florida 32771 Number: SANFORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 RFP 22/23-15 REQUEST FOR PROPOSALS (RFP) Due Date: Term Contract May 25, 2023 TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS ATTACHMENT "U" INSTRUCTION ON CRIMINAL BACKGROUND CHECK COMPLIANCE REQUIREMENTS FOR INDEPENDENT CONTRACTORS APPLICABLE TO CRIMINAL HISTORY EVALUATION REQUIRED BY THE CITY OF SANFORD. Reference: A. City Ordinance No. 4019 B. Resolution No. 2059 C. 166.0442 FI Statutes Contractors who have access to City owned and/or operated facilities designated by the City to be critical to security of public safety shall comply with the following security measures: 1. Contractors and each of their employees shall, as and when required by the City, wear an identification badge, which provides the name of the employee and the Contractor. 2. Contractors shall provide within forty-eight (48) hours of the City's request, a list of employees and subcontractors who will have access to City sites and/or facilities, their working days, times and assignments. Additionally, the City reserves the right to require the inclusion of individual addresses, social security numbers and driver's license numbers including State of issuance for employees and subcontractors identified above. 3. The Contractor shall cause each employee and subcontractor deemed by the City to be functioning in a position critical to the security and/or public safety of the City to comply with procedures outlined below by submitting their information to Florida Department of Law Enforcement for state criminal history evaluation. A. Florida Department of Law Enforcement (FDLE) discontinued Florida Criminal History Information Request via mail has moved to electronic. Step 1: Follow the link which will take you to the Florida Department of Law Enforcement Criminal History Record website i. www.fdle.state.fl.us/Criminal-History-Record-Check Step 2: There are three selections: Instant Search, Certified /Non Certified Search, and ORI Search. ii. Select ORI Search then Select ORI Based Florida Criminal History search iii. The ORI search requires a valid customer ORI number in order to conduct a search. Note: FDLE cannot provide the customer ORI number to conduct the search. If an established customer ORI number is needed for the search, it must be obtained from that agency or entity. Step 3: Enter the City's ORI number i. FL759053Z (no hyphens or dashes) Step 4: Select the City of Sanford — click continue Step 5: You will then be required anticipate working on city property. symbol is a requirement. i. Name ii. DOB iii. SSN to enter the appropriate information for each employee you Please be sure to follow the directions closely, the asterisk (*) 34 iv. Sex V. Race vi. Etc... click continue Once you have enter the required information, press ADD to complete adding the employee into the entry system. Step 6: Once all of the employees/entries have been completed and entered properly, you will hit continue. Step 7: The Final step is the payment for each employee. FDLE requires a $24 payment fee. You must confirm the mailing address as follow: CITY OF SANFORD 300 N. Park Avenue Sanford, FL 32771-1244 Once you select the GO payment, you will then pay for the employee's criminal background check and each entry will be checked through the State of Florida Department of Law Enforcement (FDLE). The result will be mailed to the City of Sanford. B. The ORI number directs the report to be returned to the City of Sanford. The Contractor shall not request the report to be returned to the Contractor. Only a report(s) sent directly to the City of Sanford by the FDLE will be accepted as valid. If a Contractor or Contractor's employee refuses to authorize the release of their address, social security number, licenses and/or to participate in the criminal history record checks when required by the City, they shall not be allowed to work or continue to work in or on such critical position(s) or project(s). Reports which reflect incidents in an individual's background will be addressed and resolved on a case-by-case basis. C. In the event the Contractor can show employees of the Contractor or Subcontractor have undergone criminal background checks on other City of Sanford projects within the last 12 months, then a new Level I criminal background check will not be required. D. The criminal background check request shall be submitted to FDLE within fourteen (14) calendar days of the Notice to Proceed. In the event employees of the Contractor and Subcontractor do not qualify to Work on the Project due to: i. Failure to have the required criminal background check reports submitted to the City by the FDLE; or ii. Unsatisfactory background check reports on employees; then those employees will be disqualified by the City, and those disqualified employees will not be allowed to Work on the Project. Disqualification of employees to work on the Project is a non -excusable delay to the Contract for which the City will not grant a Contract Time extension. 35 City of Sanford I Finance Department I Purchasing Division Solicitation 300 N. Park Avenue Suite 243 2"' Floor, Sanford Florida 32771 Number: ^ =� SANFO Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 RFP 22/23-15 rNAN[EDEFART6,E"T REQUEST FOR PROPOSALS (RFP) Due Date: r Term Contract May 25, 2021 TITLE: HOMEOWNER OCCUPIED MINOR NOME REPAIRS iv. Sex V. Race vi. Etc... click continue Once you have enter the required information, press ADD to complete adding the employee into the entry system. Step 6: Once all of the employees/entries have been completed and entered properly, you will hit continue. Step 7: The Final step is the payment for each employee. FDLE requires a $24 payment fee. You must confirm the mailing address as follow: CITY OF SANFORD 300 N. Park Avenue Sanford, FL 32771-1244 Once you select the GO payment, you will then pay for the employee's criminal background check and each entry will be checked through the State of Florida Department of Law Enforcement (FDLE). The result will be mailed to the City of Sanford. B. The ORI number directs the report to be returned to the City of Sanford. The Contractor shall not request the report to be returned to the Contractor. Only a report(s) sent directly to the City of Sanford by the FDLE will be accepted as valid. If a Contractor or Contractor's employee refuses to authorize the release of their address, social security number, licenses and/or to participate in the criminal history record checks when required by the City, they shall not be allowed to work or continue to work in or on such critical position(s) or project(s). Reports which reflect incidents in an individual's background will be addressed and resolved on a case-by-case basis. C. In the event the Contractor can show employees of the Contractor or Subcontractor have undergone criminal background checks on other City of Sanford projects within the last 12 months, then a new Level I criminal background check will not be required. D. The criminal background check request shall be submitted to FDLE within fourteen (14) calendar days of the Notice to Proceed. In the event employees of the Contractor and Subcontractor do not qualify to Work on the Project due to: i. Failure to have the required criminal background check reports submitted to the City by the FDLE; or ii. Unsatisfactory background check reports on employees; then those employees will be disqualified by the City, and those disqualified employees will not be allowed to Work on the Project. Disqualification of employees to work on the Project is a non -excusable delay to the Contract for which the City will not grant a Contract Time extension. 35 STATE OF FLORIDA Texas COUNTY OF Galveston I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Donald Gerratt 0 who is personally known to me or { ) who produced knrnAin to me as identification and acknowledged before me that s/he executed, the same. Sworn and subscribed before me, by physical presence by means of ( ) physical presence or { ) online notarization on the 24 day of May 2023, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in the County and State last aforesaid this 24 day of May 2023. jo ol Makayla Myers, Galveston Co, TX �r ,� '�Y�I'll (Notary Public in and for the County and State Aforementioned) PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSEv' Failure to submit this form may be grounds for disqualification of your submittal`m 9M City of Sanford I Finance Department I Purchasing Division Solicitation 300 N. Park Avenue Suite 243 2`1 Floor, Sanford Florida 32771 Number: SANFORD Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 RFP 22/23-15' FINANCE CEP,RT ENT REQUEST FOR PROPOSALS (RFP) Due Date: Term Contract May 25, 2023 TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS STATE OF FLORIDA Texas COUNTY OF Galveston I HEREBY CERTIFY that on this day, before me, an officer duly authorized to administer oaths and take acknowledgments, personally appeared Donald Gerratt 0 who is personally known to me or { ) who produced knrnAin to me as identification and acknowledged before me that s/he executed, the same. Sworn and subscribed before me, by physical presence by means of ( ) physical presence or { ) online notarization on the 24 day of May 2023, the said person did take an oath and was first duly sworn by me, on oath, said person, further, deposing and saying that s/he has read the foregoing and that the statements and allegations contained herein are true and correct. WITNESS my hand and official seal in the County and State last aforesaid this 24 day of May 2023. jo ol Makayla Myers, Galveston Co, TX �r ,� '�Y�I'll (Notary Public in and for the County and State Aforementioned) PLEASE COMPLETE AND SUBMIT WITH YOUR RFP RESPONSEv' Failure to submit this form may be grounds for disqualification of your submittal`m 9M Attachment V STATEMENT OF INSPECTION ATTACHMENT "V" STATEMENT OF INSPECTION Bidder's signature on this page indicates that the bidder has inspected the facility specified in the Request for Proposal for City of Sanford CDBG Properties (Various Homes) in Sanford, Florida 32771 and has fully reviewed and understands all work requirements at said location(s): Donald Gerratt, CEO Printed Name of Authorized Person Signature of Authorized Person 05/24/23 Date DSW Homes, LLC Name of Firm 1650 E Windina Wav Dr. Street Address Friendswood, TX 77546 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. 37 City of Sanford I Finance Department I Purchasing Division � : SoNtation 300 N. Park Avenue Suite 243 2"' Floor, Sanford Florida 32771 Number: 0""", S Phone: 407-688-5028, or 5030 1 Fax: 407-688-5021 RFP 22/23-15 ""''""°"''RT'"°T REQUEST FOR PROPOSALS (RFP) Due Date. ` Term Contract May 25, 2023 TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS ATTACHMENT "V" STATEMENT OF INSPECTION Bidder's signature on this page indicates that the bidder has inspected the facility specified in the Request for Proposal for City of Sanford CDBG Properties (Various Homes) in Sanford, Florida 32771 and has fully reviewed and understands all work requirements at said location(s): Donald Gerratt, CEO Printed Name of Authorized Person Signature of Authorized Person 05/24/23 Date DSW Homes, LLC Name of Firm 1650 E Windina Wav Dr. Street Address Friendswood, TX 77546 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. 37 Attachment W Solicitation Response Identification Label ATTACHMENT W" 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 arc 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 scaled solicitation envelope or package. ------------------------------------------------------------------------- I� � � � � � � � � � � � � � . .1 **DO NO OPEN**SEALED SOLICITATION**,* DO NOT OPEN -1 --SEALED SOLICITATION** I IATTENTION: MARISOL ORDONEZ PURCHASING MANAGER I SOLICITATION NUMBER: RFP 22/23-15 I ITITLE: HOMEOWNER OCCUPIED MONIR HOME REPAIRS I SOLICITATION DUE DATE: 06/01/23 TIME: 2:00 P.M. Local Time I I FROM: DSW Homes, LLC I I 1650 E Winding Way Dr., Bldg, B , Friendswood, TX 77546 I I I I DELIVER TO: City of Sanford I I Purchasing Division 300 N. Park Avenue 2"`t Floor Suite 243 I ISanford, Florida 32771 L DO NO OPEN**SEALED SOLICITATION**DO NOT OPEN**SEALED SOLICITATION*- I City of Sanford I Finance Department I Purchasing Division Solicitation —�_ CITY TY of 300 N. Park Avenue 2"' Floor Suite 236 Sanford, Florida 32771 Number: SANFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 RFP 22/23-1.5 REQUEST FOR PROPOSAL (RFP) Due Date: FINANCE DEPARTMENT TERM CONTRACT May 25, 2023 TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS ATTACHMENT W" 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 arc 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 scaled solicitation envelope or package. ------------------------------------------------------------------------- I� � � � � � � � � � � � � � . .1 **DO NO OPEN**SEALED SOLICITATION**,* DO NOT OPEN -1 --SEALED SOLICITATION** I IATTENTION: MARISOL ORDONEZ PURCHASING MANAGER I SOLICITATION NUMBER: RFP 22/23-15 I ITITLE: HOMEOWNER OCCUPIED MONIR HOME REPAIRS I SOLICITATION DUE DATE: 06/01/23 TIME: 2:00 P.M. Local Time I I FROM: DSW Homes, LLC I I 1650 E Winding Way Dr., Bldg, B , Friendswood, TX 77546 I I I I DELIVER TO: City of Sanford I I Purchasing Division 300 N. Park Avenue 2"`t Floor Suite 243 I ISanford, Florida 32771 L DO NO OPEN**SEALED SOLICITATION**DO NOT OPEN**SEALED SOLICITATION*- I J. Local Business Tax n n- n A. f'►` fY` -^� f'�` P►� nf'►, d1` fes. n. d ►� 1 CITY OF CITY OF SANFORD ►= ' SANFOPJ) Building Division ►►- '' ►�.' + p FLORIDA PO Box 1788, Sanford, FL 32772-1788 ►�+;' 2023 LOCAL BUSINESS TAX RECEIPT ► . °d VALID THROUGH SEPTEMBER 30, 2023 ►�'' °' ' DSW Homes LLC ►► . '' 1650 E Winding Way Dr Friendswood TX 77546 . ' This receipt is a local business tax only. It does not permit the local business taxpayer to ' ►�� violate any existing zoning or regulatory laws of the state or county, nor does it exempt the business taxpayer from any other license or permits required by law. Issue Date: 10/01/2022 BTR21-000093 Business Location: 411 Central Park Drive ►.ice d Classification Amount ► Fire Inspection Fee 75.00 Contractor 200.00 ► TOTAL: 275.00 �±}� Comments: Restrictions: SEMINOLE COUNTY TAX RECEIPT REQUIRED ► ORIGINAL TAX RECEIPT MUST BE DISPLAYED ON PREMISES K. State License I r� C� O _ 'nO - I•- L a) J 0 D W _ (DLLJ.L QW vi O o Fw- � Q m Z o D F- Z t� o Q o Q Z w I— Vi 1 uN c � p Ln a� n) CV c O u c!1 _ Q Z � � M u N LL V U 0 = U Q X ��-+ c O Z J -' m (� LLc a o: w (7 U L _ Z a � Q LL, Q w � u o LL Z t/1 = L Z p °° F-� -°0 c LLJ LU 0 O Q ZLO z i CID W Z Q= O w N O a o H Z Z ce v Z z E- u �, i w0 4- _ O Q V 3 i- _ p• o m V v ° z X> LL Q w > O oc o Lf)`� H H -i> a aj L VO V) P LU Z m u O w - v; H V F- o QLA a o LV �- � Q , ol .•�LORIb9 'L :•F� a.•� Ic ,•r'� W9 Form YY _9 Request for Taxpayer Give Form to the (Rev.December 2 Identification Number and Certification resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other requester. not Department of the Treasury — — IE Iury send to the RS. Internal Revenue Service TIN on page 3. or 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. N 2 Business name/disregarded entity name, if different from above W DSW Homes, LLC , M °- 3 Check appropriate box for federal tax classification; check only one of the following seven boxes: 4 Exemptions (codes apply only to C ❑ Individual/sole proprietor or ❑ C Corporation ❑ S Corporation ❑ Partnership ❑ Trust/estate certain entities, not individuals; see instructions on page 3): d c CL single -member LLC Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=partnership) P,Exempt payee code (if any) L U p i Note. For a single -member LLC that is disregarded, do not check LLC; check the appropriate box in the line above for Exemption from FATCA reporting cy the tax classification of the single -member owner. code (if any) • c � p E] Other (see instructions) IN- Appl es to accounts maintained outs de the U.S.) - 5 Address (number, street, and apt. or suite no.) Requester's name and address (optional) U C. 1650 E Winding Way Dr. Bldg. B., STE 100 6 City, state, and ZIP code a) � Friendswood, TX 77546 7 List account number(s) here (optional) Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid Social security number backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other — — IE entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN on page 3. or Note. If the account is in more than one name, see the instructions for line 1 and the chart on page 4 for I Employer identification number guidelines on whose number to enter. I L I / I — 3 3 0 0 8 5 Certification Under penalties of perjury, I certify that: The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions on page 3. Sign Signature of it Here U.S. person 10- r �G�^-41'sj / Date 0* 3/28/2023 General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. Information about developments affecting Form W-9 (such as legislation enacted after we release it) is at www.irs.gov/hv9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following: • Form 1099 -INT (interest earned or paid) • Form 1099 -DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding? on page 2. By signing the filled -out form, you: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be issued), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you are a U.S. exempt payee. If applicable, you are also certifying that as a U.S. person, your allocable share of any partnership income from a U.S. trade or business is not subject to the withholding tax on foreign partners' share of effectively connected income, and 4. Certify that FATCA code(s) entered on this form (if any) indicating that you are exempt from the FATCA reporting, is correct. See What is FATCA reporting? on page 2 for further information. Cat. No. 10231X Form W-9 ATTACHMENT "F" BID PRICE SCHEDULE AND ACCEPTANCE OF BID TERMS AND CONDITIONS Item City of Sanford I Finance Department I Purchasing Division Solicitation �E S,k ftRD 300 N. Park Avenue Suite 243 2nd Floor, Sanford Florida 32771 Phone: 407-688-5028, or 50301 Fax: 407-688-5021 Number: RFP 22/23-15 REQUEST FOR PROPOSALS (RFP) Due Date. "vA';"'DEP1pT0.1ENT 3' Term Contract May 25, 2023 TITLE: HOMEOWNER OCCUPIED MINOR HOME REPAIRS ATTACHMENT "F" BID PRICE SCHEDULE AND ACCEPTANCE OF BID TERMS AND CONDITIONS Item Hourly Price 1. Electrician Hourly Rate $ 110.00 2. Roofer Hourly Rate $ 85.00 3' HVAC Technician Hourly Rate $ 110.00 4. Labor Worker Hourly Rate $ 60.00 5. Plumbing $ 110.00 6 Equipment and Materials percentage (%) off $ 1/we, the undersigned, as authorized signatory to commit the firm, do hereby accept in total all the terms and conditions stipulated and referenced in this RFP document and do hereby agree that if a contract is offered or negotiated it will abide by the terms and conditions presented in the RFP document or as negotiated pursuant thereto. The undersigned, having familiarized him/herself with the terms of the RFP documents, local conditions, and the cost of the work at the place(s) where the work is to be done, hereby proposes and agrees to perform within the time stipulated, all work required in accordance with the scope of services and other documents including Addenda, if any, on file at the City of Sanford Purchasing Division for the price set forth herein in Attachment "F" Bid Price Schedule and Acceptance of Bid Terms and Conditions. The signature(s) below are an acknowledgment of illy/our full understanding and acceptance of all the terms and conditions set forth in this RFP document or as otherwise agreed to between the parties in writing. Bidder/Contractor Name: DSW Homes, LLC Mailing Address: 1650 E Winding Way Dr., Bldg. B , Friendswood, TX 77546 Telepbgne Number: 409-939-6704 Authorized Signatory Title C EO Fax Number: 409-744-3400 Donald Gerratt Printed Name 05/24/23 Date E-mail Address: ashley.byrd@dswhomes.com FEIN: EIN 27-1330085 Department of State I Division of Corpors: _-ns / Se _,i Records I Search by Emily Name 1 Previous On List Ne;d On List Return to LEst No Events No Name History Detail by Entity Name Foreign Limited Liabilir, Company DS' -;r HOMES. LLC Filing Information Document Number N116000008375 FEIIEIN Number 27-1330085 Date Filed 101152016 State TX Status ,ACTIVE Principal Address 1650 E MINDING V:rAY DR BLDG B FRIENDSWOOD. TX 77546 Changed: 03,"25,,'2022 Mailing Address 1650 E V;rINDING V,/.AY DR BLDG B FRIENDSI'dOOD. TX 77546 Changed: 0312512022 Registered Agent Name & Address NATIONAL LICENSING CONSULTANTS. LLC 29157 CHAPEL PARK DR S T E A WESLEY CHAPEL. FL 33543 ds�,v homes Search CDBG Program Experience DSW Homes has participated in the following CDBG programs: 1. North Carolina Emergency Management (NCEM) CDBG-DR Housing Repair PREPS Program 2. North Carolina Office of Recovery and Resiliency (NCORR) CDBG-DR and CDBG-MIT Residential Reconstruction Construction Services 3. North Carolina Office of Recovery and Resiliency (NCORR) CDBG-DR and CDBG-MIT Residential Rehabilitation Construction Services 4. Chambers County. TX CDBG-DR Round 1.2 5. Chambers County, TX CDBG-DR Round 1.2 6. Chambers County, TX CDBG-DR Round 2 7. New Jersey CDBG Rehabilitation, Reconstruction, Elevation and Mitigation Program 8. Deep East Texas Council of Governments CDBG-DR Program 9. City of Galveston, TX CDBG-DR Round 1 10. City of Galveston, TX CDBG-DR Round 2 11. Galveston County, TX CDBG-DR Housing Assistance Round 1 12. Galveston County, TX CDBG-DR Housing Assistance Round 2 13. Illinois CDBG-DR Program 14. Lower Rio Grande Valley, TX CDBG Disaster Recovery 15. Minot, ND Small Rehabilitation and Reconstruction Program 16. NYC Build It Back -Staten Island - CDBG-DR Program 17. NYC Build It Back -Brooklyn - CDBG-DR Program 18. NYC Build It Back -Queens - CDBG-DR Program 19. Southeast Texas Regional Planning Commission CDBG-DR Program Round 1 20. Southeast Texas Regional Planning Commission CDBG-DR Program Round 2 21. Southeast Texas Regional Planning Commission CDBG-DR Program Demolition 22. Texas Housing Assistance Program 23. City of Houston, TX CDBG-DR Program Round 1 24. City of Houston, TX CDBG-DR Program Round 2 25. City of Port Arthur, TX Housing Authority CDBG-DR Program 26. City of Port Arthur, TX Housing Authority Reconstruction CDBG-DR Reconstruction Program 27. Savannah, GA Housing Corporation Reconstruction CDBG-DR Reconstruction Program 28. Liberty County, TX Reconstruction CDBG-DR Reconstruction Program 29. Harris County, TX CDBG-DR Program 30. SCDRO Rehabilitation and Reconstruction 31. City of Columbia, SC CDBG Turnkey Solutions Program 32. New York Rising MHU 33. Galveston, TX Scattered Sites CDBG-DR Program 34. City of Jacksonville, FL CDBG Housing Repair Program 35. City of Sebastian, FL CDBG Rehabilitation Program 36. Columbia County, FL CDBG Housing Rehabilitation Program 37. St. Johns County, FL CDBG Rehabilitation, Reconstruction, Elevation Program 38. State of Florida DEO Residential Contractors CDBG-DR Program_19-ITB-004 39. State of Florida DEO Residential Contractors CDBG-DR Program_20-ITB-001 40. City of Albany, GA CDBG-DR Rehabilitation, Reconstruction, Elevation Program 41. City of Brunswick, GA CDBG-DR Residential Rehabilitation Program 42. City of Kingsland, GA CDBG-DR Rehabilitation and Reconstruction Program 43. City of Fayetteville, NC CDBG-DR Rehabilitation, Reconstruction, Elevation Program 44. City of San Marcos, TX CDBG-DR Rehabilitation Housing Program 45. City of San Marcos, TX CDBG-DR Reconstruction Housing Program 46. City of Dallas, TX CDBG Home Improvement and Preservation Program (HIPP) Major Home Rehabilitation Program and Home Reconstruction Program. 47. Puerto Rico Construction Management Services R3, BRR, SF -MIT Programs CDBG-DRMIT *Texas Housing Assistance Program (TRAP) 422 $29,383,091.40 Dec 2009 -Dec 2010 Reconstruction & Renovation *City of Port Arthur, TX Housing Authority DR 8 $775,946.90 Jul 2010 -Apr 2012 Reconstruction & Rehabilitation *Savannah, GA Housing Corporation 11 $371,026.04 Aug 2010 - Oct 2010 Reconstruction *City of Port Arthur, TX Housing Authority DR 5 $499,787.00 Nov 2010 -Jan 2012 Reconstruction *Galveston County, TX Housing Assistance (GHAP) Round 1 139 $14,737,157.90 Feb 2011 - Jun 2013 Reconstruction & Renovation/Restoration *City of Galveston, TX Disaster Recovery Round 1 102 $8,896,975.09 Feb 2011 -Jun 2013 Reconstruction & Renovation SETX Regional Planning Commission Round 1 174 $19,610,910.33 Jul 2011- Oct 2012 Reconstruction & Rehabilitation *City of Houston, TX Disaster Recovery - Round 1 24 $936,769.00 Jul 2011 -Jul 2012 Reconstruction & Rehabilitation *Liberty County, TX Disaster Recovery 4 $981,946.25 Jan 2012 -Oct 2012 Reconstruction *Chamber County, TX Disaster Recovery Round 1 21 $1,689,354.61 Jan 2012 -Oct 2012 Reconstruction *Chamber County, TX Disaster Recovery Round 1.2 77 $9,323,250.00 Oct 2012 -Oct 2014 Reconstruction *Lower Rio Grande Valley, TX Disaster Recovery 40 $4,122,203.40 Jan 2013 -Nov 2014 Reconstruction New York City Rapid Repairs Program 466 $18,900,000.00 Jan 2013 -Mar 2013 Rehabilitation Illinois Disaster Rapid Repairs Program 59 $4,135,178.10 Apr 2013 -Mar 2014 Rehabilitation Minot, ND Small Rental DR Round 1 122 $12,000,000.00 Apr 2013 -Oct 2015 Reconstruction & Rehabilitation *New Jersey REEM Program Reconstruction, Rehabilitation, Elevation and 535 $99,491,259.00 Dec 2013 - Dec 2017 Mitigation (RREM) Contract Performance Name of Project Units Amount History *Chamber County, TX Disaster Recovery Round 2 162 $17,820,000.00 Jan 2014 -Oct 2015 Reconstruction Minot, ND Small Rental DR Round 2 Reconstruction 40 $4,000,000.00 Mar 2014 - Oct 2015 & Rehabilitation *City of Galveston, TX Disaster Recovery Round 2.2 74 $12,000,000.00 Mar 2014 -Jun 2016 Reconstruction & Rehabilitation *Deep East Texas Council of Governments (DETCOG) Regional Housing Authority 50 $71,500,000.00 Mar 2014 - Dec 2016 Reconstruction Union Beach, NJ Modular Program 6 $611,013.00 Apr 2014 - Oct 2015 *City of Houston, TX Disaster Recovery - Round 2 29 $39,000,000.00 Jan 2015 -Jan 2016 Reconstruction & Rehabilitation Southeast Texas (SETX) Regional Planning Commission Round 1 323 $3,100,000.00 Apr 2015 - May 2016 Demolition *Harris County Disaster Recovery 30 $4,200,200.00 Sept 2015 -Jun 2016 Reconstruction *City of Houston, TX Build It Back Program 175 $13,000,000.00 Sept 2015 -Jan 2021 Elevation & Rehabilitation New York Rising MHU Homeowner Housing Program 10 $1,200,000.00 Dec 2015 - May 2016 Louisiana Shelter at Home Program 1584 $2,033,726.93 Sept 2016 -Dec 2016 Rapid Repair *Galveston County, TX Housing Assistance (GHAP) 125 $16,250,000.00 Oct 2016 -Jan 2017 Round 2 Reconstruction & Renovation/Restoration Galveston, TX Joint Venture Disaster Recovery 1433 $15,245,706.40 Dec 2017 -Jun 2018 Rehabilitation & Rapid Repair *Direct Assistance for Limited Home Repair (DALHR) General Texas Land Office (GLO) Program 48 $155,706.40 Dec 2017 - Dec 2021 Rehabilitation & Rapid Repair *Direct Assistance for Limited Home Repair (DALHR) Galveston, TX Program Join Venture 62 $2,400,000.00 Dec 2017 - June 2018 Rehabilitation & Rapid Repair *South Carolina Disaster Recovery Office (SCDRO) 462+ $27,965,523.82 Oct 2017 -present Reconstruction & Rehabilitation Galveston, TX Housing Authority GHA Scattered Sites 72+ $21,000,000.00 Jul 2017 -Present Program Galveston, TX PREP Program 1503 $1,650,000.00 Jan 2018 -Jun 2018 Rehabilitation & Rapid Repair Direct Assistance for Limited Home Repair (DALHR) Houston, TX Program 56 $988,842.45 Mar 2018 - Jul 2018 Rehabilitation & Rapid Repair Name of Project Units Contract Performance Amount History Puerto Rico STEPS Program 3724 $36,900,000.00 Mar 2018 -Dec 2018 Rehabilitation &Rapid Repair United States Virgin Islands Disaster Recovery 163 $14,000,000.00 Jan 2019 - Dec 2019 Rehabilitation & Rapid Repair General Texas Land Office (GLO) Hurricane Harvey Disaster Recovery 681+ $149,222,939.97 Jan 2019 - present Reconstruction & Rehabilitation *City of Houston, TX Build It Forward Program 109+ $21,543,230.26 May 2019 -present Reconstruction & Rehabilitation *Houston Housing & Community Development (HCDD) Tier III 15+ $2,000,000.00 May 2019 - present Reconstruction & Rehabilitation *City of Houston, TX Build Hurricane Harvey GLO 100+ $22,000,000.00 Nov 2020 -present Reconstruction & Rehabilitation *Harris County, TX Hurricane Harvey GLO 21+ $5,541,807.00 Jan 2021 -present Reconstruction & Rehabilitation Rebuild Florida Program of the Florida Department of Economic Opportunity (DEO) 200+ $55,000,000.00 Jan 2021- present Reconstruction & Rehabilitation *South Carolina Disaster Recovery Office (SCDRO) 20+ $1,996,190.00 Jan 2021- present Reconstruction & Rehabilitation City of Columbia, SC St. Bernard Project (SBP) USA 10 $2,413,858.00 May 2022 -Nov 2022 Reconstruction